SOLICITATION NOTICE
66 -- Automatic Mapping Micro-hardness Tester, installation, calibration, certification and training
- Notice Date
- 6/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
- ZIP Code
- 20594
- Solicitation Number
- NTSB-PUR-14-0253
- Archive Date
- 7/26/2014
- Point of Contact
- Kathleen A Kern, Phone: 202-314-6104, BRYAN J. MOY, Phone: 202-314-6282
- E-Mail Address
-
kathleen.kern@NTSB.gov, bryan.moy@ntsb.gov
(kathleen.kern@NTSB.gov, bryan.moy@ntsb.gov)
- Small Business Set-Aside
- N/A
- Description
- (1) Action Code. Synopsis/Solicitation (2) Date. Tuesday, 17 June (3) Year. 2014 (4) Contracting Office Zip Code. 20594 (5) Classification Code. NAICS 334516: Analytical Laboratory Instrument Manufacturing; SIC 3826 Analytical instruments. (6) Contracting Office Address. National Transportation Safety Board (NTSB) Office of Administration, Acquisition & Lease Management Division, AD-20, 490 L'Enfant Plaza, SW Washington, DC 20594 (7) Subject. Automatic Mapping Micro-hardness Tester (8) Proposed Solicitation Number. NTSB-PUR-14-0253 (9) Closing Response Date. 11 July 2014 at 1:30pm EST (DST); Questions with regard to this solicitation shall be submitted on or before 25 June 2014 at 1:30PM. (10) Contact Point and Contracting Officer. Ms. Kathleen A. Kern; Mr. Bryan Moy (11) Place of Contract Performance. National Transportation Safety Board (NTSB) 490 L'Enfant Plaza, SW Washington, DC 20594 (12) Set-aside Status. Full and Open Competition (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number NTSB-PUR-14-0253 is issued request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 May 30, 2014. (iv) Set-aside Status. Full and Open. The associated NAICS code is 334516: Analytical Laboratory Instrument Manufacturing; SIC 3826 Analytical instruments. (v) Line Item 0001 - Automatic Mapping Micro-hardness Tester, 1 each Line Item 0002 - Services 0002AA - Installation, 1 lot 0002AB - Calibration, 1 lot 0002AC - Certification, 1 lot Line Item 0003 - Training for up to nine (9) People, 1 lot (vi) Description of requirements: Statement of Work for Procurement of an Automatic Mapping Micro-hardness Tester 1) NTSB Background NTSB Mission The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine and pipeline -- and issuing safety recommendations aimed at preventing future accidents. Materials Laboratory, Office of Research and Engineering The Material Laboratory is a division of the Office of Research and Engineering tasked with the study and analysis of material failures from transportation accidents. In doing so, the laboratory must perform many activities on and with the accident components including but not limited to, documenting, examining, viewing and testing both destructively and non-destructively. To perform these duties the lab must have and maintain various pieces of specialized testing equipment. 2) Equipment Introduction Micro-hardness testers have been used in the materials science and engineering discipline for many years to inspect the hardness of materials at a microscopic scale where other hardness testing techniques are not appropriate due to size, geometry, material type, or local hardness gradient constraints. Typical micro-hardness testers, such as the one currently employed by the NTSB Materials Lab, operate by manually impressing manual an indent on a flat, polished specimen, which is then manually measured using a microscopic eyepiece. While reliable within a certain percentage of error, the current manual method of micro-hardness measurements incorporates a high degree of variability. In addition, manual operation of indenting and measuring of polished samples is time consuming for the operator not only because of the time to measure, but also for the time to prepare appropriate specimens. The characterization industry has greatly improved the quality and quantity of micro-hardness measurement with automatic mapping micro-hardness testers. Automatic micro-hardness testers employ auto-focusing technology, image analysis software, and closed-loop load cells to increase reliability and decrease testing time. From market research performed by the NTSB Materials Lab, automatic hardness testers were found to measure large and awkward sized specimens reliably, as well as perform indents in un-polished (rough) specimens. This would increase the turnaround time for failure investigations as well as allow more specimens to be investigated that could not be previously tested, such as large rail and pipeline samples. Not only do these testers perform standard Knoop and Vickers hardness tests faster and more reliably, they incorporate new applications for the micro-hardness technique. Automatic micro-hardness testers can perform case hardness depth measurements, mapping of welds and heat-affected zones, large scale mapping of hardness profiles, and graphical projections of hardness data for easy representation. 3) Deliverables Objectives and Requirements to Vendor The objective of this procurement is to increase the capability of the NTSB Materials Lab to perform failure analysis of accident investigations by reducing turnaround time and increasing number of characterization methods available for use. The NTSB Materials Lab requires an automatic micro-hardness tester with the following capabilities: • Supply a fully automatic micro-hardness tester that can perform and interpret multiple hardness indents on a specimen without operator intervention to perform or interpret each measurement as they are performed. • The offeror is responsible for providing the installation, calibration, certification and training for the equipment. Training on the use of the equipment shall be provided for up to nine (9) NTSB employees. • Employ a turret head capable of holding at least three microscopic objectives of different magnifications and two hardness indenters. • Conform to ASTM methodologies E384 and E92, including complying with spacing and geometry requirements, such as automatically arranging indent locations to these standards. • Perform conversions of micro-hardness measurements to macro-hardness scales per ASTM E140. • Perform hardness measurements using both the Vickers and Knoop scales. • Perform testing within a load range of 10 gram - 2 kilogram. • Automatically measure indents with inconsistent lighting, even on etched or scratched samples, employing autofocus. Use image recognition to locate and measure impressions. • Be able to perform case depth and decarburization thickness measurements using, in part, testing software with automatic testing cutoff limits. • Employ software tools to construct complex testing/indent patterns and arrays (similar to drawing programs) that can be stored, recalled, and modified. • Contain weld analysis routines to allow precise measurements of the base material, heat affected zone, and welded regions of a specimen. The software must be able to recognize and measure an etched sample in order to place the testing pattern/array over the area of interest and measure the impressions repeatedly. Such testing with large numbers of indents must be able to operate without manual input or oversight for multiple hours, including overnight. • Show the shape, location, and estimated size of each indent before it is made. • Trace the outline of multiple parts and run sequentially without operator involvement. • Have software capable of creating a color hardness contour map from the measurement data. • Include a computer capable of running software to control the tester that can be accessed by all NTSB Materials Lab (RE-30) personnel, be internet capable and compatible with the NTSB network. The data must be able to be automatically exported to Microsoft Excel. • Include sample holder(s) for 2" and 1.25" diameter mounted specimens. • Allow manual adjustment and override of indents in patterns to avoid testing surface imperfections and microstructure flaws. • Have a sample stage capable of traversing at least 100 mm x 100 mm in the XY directions. Either the stage of the testing head must be motorized and able to travel automatically with software control in the X, Y, and Z directions. 4) Staff/Organizational Responsibilities The NTSB Materials Lab staff is expected to provide access to the Materials Laboratory for vendor(s) to install, calibrate, and train of staff on the automatic mapping micro-hardness tester. The staff will accommodate reasonable access to the installation location by clearing areas, providing bench tables, standard tools, etc. as needed. The staff will provide directions and parking for the vendors to the facility at L'Enfant Plaza. Safety equipment such as hardhats, gloves, eye protection, and hearing protection (but not safety shoes) will be provided by NTSB staff. The contracted non-destructive inspection personnel will provide their own transportation to and from the NTSB facilities at L'Enfant Plaza. The personnel will supply their own specialized installation and calibration equipment, capable of proper installation and operation of the procured equipment. The vendor personnel will be required to provide their own foot protection, which should be ANSI Z41.1 Standard Class #75 compliant, if required. 5) Period of Performance / Delivery Schedule: Delivery of the tester shall be within six (6) weeks from the date of award of the contract. Installation, certification and training shall be completed within four (4) weeks of the date of tester delivery The equipment is to be delivered to: NTSB Materials Laboratory 490 L'Enfant Plaza East, SW Washington, DC 20954 6) Other General Requirements The vendor must notify and coordinate with the POC at NTSB of their intent to deliver at least five (5) working days in advance of the scheduled delivery. (vii) Date(s) and place(s) of delivery and acceptance and FOB point - See (vi). (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition, and the specific evaluation criteria to be included in paragraph (a) of this provision are: 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) price; Technical and past performance, when combined, are more important than price. (b) Options. N/A as there are no option items - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Technical Capability: explain how the product being offered meets the requirement of the SOW. Cut sheets will be accepted but a short narrative must explain the attainment of the requirement. Should the offeror's submission be found technically acceptable, the NTSB reserves the right to request a demonstration of the product and further explanation of the services proposed as requested. Past Performance: provide three (3) references - names, telephone numbers and email addresses - of US government, military, industry, and/or academic users who will attest to the capabilities of the system. Price: please complete the attached spreadsheet. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and FAR clauses cited in the clause are applicable to the acquisition are: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) At this time no additional contract requirement(s) or terms and conditions have been determined by the contracting officer to be necessary for this acquisition and/or consistent with customary commercial practices. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) The date, time and place offers are due: 11 July 2014 at 1:30pm EST (DST). (xvi) The individuals to contact for information regarding the solicitation: Ms. Kathleen A. Kern, kathleen.kern@ntsb.gov, 1-202-314-6104; Mr. Bryan Moy, bryan.moy@ntsb.gov, 202-314-6282. Questions with regard to this solicitation shall be submitted on or before 25 June 2014 at 1:30PM. Any amendment(s) to this solicitation will be issued in the same manner as the initial synopsis and solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSB-PUR-14-0253/listing.html)
- Place of Performance
- Address: NTSB Materials Laboratory, 490 L'Enfant Plaza East, SW, Washington, DC 20954, Washington, District of Columbia, 20954, United States
- Zip Code: 20954
- Zip Code: 20954
- Record
- SN03398013-W 20140619/140617235854-79424e6c3b35e32d0a4cc8f86c814bbd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |