Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2015 FBO #4802
SOLICITATION NOTICE

J -- Instron load cells and load frame calibration

Notice Date
1/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-SS-1143263
 
Archive Date
2/14/2015
 
Point of Contact
Dewitt E. Mathews, Phone: 2404027637
 
E-Mail Address
dewitt.mathews@fda.hhs.gov
(dewitt.mathews@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Combine Solicitation This is a combined synopsis/solicitation for maintenance and calibration of mechanical testing machines. This is for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. a.Solicitation Number 1143263 is being issued as a Request for Quotation (RFQ). b. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-79, effective 15 December 2014 c. This procurement is a brand name or equal requirement, associated with NAICS Code 811219 and business size standard: $20.5 million. d. The acquisition is Full and Open To procure a one year service maintenance contract plus 3, one year option periods for three Instron mechanical testing machines (System IDs: 44R1125C6054; 4465C11343J; and E3000R3703) and eight Instron load cells shall be or calibrated as follows: 3 cells calibrated at <99 1bf and 5 cells calibrated at 100 lbf and 22 kip. Minimum performance requirement for the mechanical testing machines: A. EM Machine: 44R1125C6054; 4465C11343J; and Electro-pulse: E3000R3703 a. Preventative Maintenance b. Speed & Displacement Calibration c. Technical support - On-site calibration must be performed by a certified technician/engineer - Calibration must be done in a manner which adheres to the specifications outlined in ANSI/CDSL Z540-1, ISO 10012-1, ISO 9001, and ISO/IEC 17025 - The calibration equipment used must be traceable to NIST - Speed digital readout (mm/min) must be capable of being measured within ± 0.5% of reading - Speed must be calibrated at 50, 250 and 500 mm/min (44R1125C6054). - Displacement must be calibrated in accordance with ASTM E2309-05 for a Class A system such that the relative error does not exceed ± 0.5% - Displacement must be calibrated between 20 and 100 mm (44R1125C6054) - Speed must be calibrated at 1 and 500 mm/min (4465C11343J) - Displacement must be calibrated between 40 and 200 mm (4465C11343J) - Displacement digital readout (mm) must be capable of being measured within ± travel in tension and compression - Displacement must be calibrated between 6 and 30 mm (E3000R3703) B. The 3 load cells that are <99 lbf are as follows: 1. Load cell 2525-807 S/N 118, 100N 2. Load cell 2525-808 S/N 58239, 10N 3. Load cell 2525-817 S/N 65423, 50N The 5 load cells that are between 100 lbf and 22kip are as follows: 1. 2527-103 S/N 68436, 5kN 2. 2527-130/1004 S/N 1007120, 1kN 3. 2525-8116 S/N 90818, 500N 4. 2525-806 S/N 129, 1kN 5. 2525-805 S/N 178, 5kN - On-site calibration must be performed by a certified technician/engineer - Calibration must be performed per ASTM E4 - Calibration must be done in a manner which adheres to the specifications outlined in ANSI/CDSL Z540-1, ISO 10012-1, ISO 9001, and ISO/IEC 17025 - Capable of measuring and controlling forces in tension and compression - Calibration range should be 0.5% to 99.5% of full force range - Relative uncertainty measurements must be less than 0.5% in tension and compression - Force digital readout (N) must be within ± 0.5% accuracy, 0.5% repeatability, and zero return tolerance - Must be performed on-site with existing electronics and hardware GENERAL REQUIREMENTS The Preventative Maintenance Agreement shall include the following: 1. One (1) preventative maintenance inspection shall be performed during the 12 month period with all travel, labor and parts included. 2. The inspection shall include calibration and verification of the machines and load cells, which includes preventative maintenance, calibration, documentation, online and telephone technical support and periodic web seminars. 3. All software updates to the instrument and/or system software and related installation of such instrument updates and/or system software during the Agreement Term. 4. Trouble shooting capabilities based on complete knowledge of the entire instrument. 5. Respond to requests for emergency on-site service (Monday-Friday, excluding vendor and Federal holidays) within 24 hours. Upon the emergency field visit, the contractor shall submit a cost estimate to the Government which shall include travel, parts and labor costs. Turnaround time from the emergency on-site visit to completion of repairs to the instrument shall not exceed 72 hours upon approval of cost. 6. Service must be provided by service engineers who are trained and certified by the original manufacturer of this instrument. Service engineers shall have access to the manufacturer's latest technical developments, repair procedures, application updates, and diagnostic software and planned maintenance procedures. 7. Immediate access to improvements and new procedures provided by the original vendor and manufacturer. 8. Immediate access to certified parts. 9. One year warranty on parts and labor. 10. Service Records and Reports: The vendor shall, commensurate with the completion of each service call, provide the end user of the equipment with a copy of the field service/report ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for informational purposes, onsite hours expended and parts/components replaced. In addition, the vendor shall provide monthly reports to the FDA COR and Contract Specialist, not later than the 5th workday following the end of each month, summarizing all maintenance and repair activities for the previous month; negative reports are required. ANTICIPATED PERIOD OF PERFORMANCE Base Year: 02/17/2015-02/16/2016 Option Year 1: 02/17/2016-02/16/2017 Option Year 2: 02/17/2017-02/16/2018 Option Year 3: 02/17/2018-02/16/2019 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies to this acquisition. Award will be made to the Lowest Priced Technically Acceptable Offeror whose quote provides sufficient detail to evaluate compliance with the solicitation It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAY 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2014) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JULY 2014) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2014) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) HHSAR 352.202-1 Definitions (JAN 2006) HHSAR 352.203-70 Anti-lobbying (JAN 2006) HHSAR 352.215-70 Late Proposals and Revisions (JAN 2006) HHSAR 352.233-71 Litigation and Claims (JAN 2006) HHSAR 352.242-73 Withholding of Contract Payments (JAN 2006) j. QUOTATIONS ARE DUE BY 2:00PM Eastern Standard Time on 30 JANUARY 2015 in order to be considered. Send quotation responses to Dewitt Mathews @ dewitt.mathews @fda.hhs.gov. Assistance or questions about this announcement may be sent to the above email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SS-1143263/listing.html)
 
Place of Performance
Address: BLDG 62 Room G126, 10903 New Hamshire, Silver Spring, Maryland, 20992, United States
Zip Code: 20992
 
Record
SN03617390-W 20150117/150115234914-ab4d6f655572de04e2727a5ccaadb3c8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.