Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
MODIFICATION

52 -- Tensile Testing Machine - Solicitation 1

Notice Date
4/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTNH2217Q00007
 
Response Due
5/25/2017 4:00:00 PM
 
Archive Date
6/9/2017
 
Point of Contact
Norman James,
 
E-Mail Address
norman.james@dot.gov
(norman.james@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ for DTNH2217Q00007 Tensile Test Machine with Technical Support Services ***NOTICE - THIS REVISION REPRESENTS THE POSTING OF THE RFQ FOR THIS ACTION*** REQUEST FOR QUOTE FOR COMMERCIAL ITEMS **PLEASE READ THIS NOTICE CAREFULLY ** •1. GENERAL INFORMATION Document Type: Request for Quotes (RFQ) Solicitation Number: DTNH2217Q00007 Posted Date: 04/26/2017 Original Response Date: 05/24/2017; 4:00 PM ET Current Response Date: N/A Classification Code: 52 - Measuring tools Set Aside: N/A - Full and Open Competition NAICS Code: 334519 - Other Measuring and Controlling Device Manufacturing (Size Standard 500 employees) •2. DESCRIPTION This is an RFQ for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. All prospective Quoters (Offerors) are responsible for monitoring the Federal Business Opportunities (FedBizOpps) website for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation is a Request for Quote (RFQ) and this requirement is solicited on a full and open competition basis. It is the responsibility of the Quoter to be familiar with the applicable FAR clauses and provisions. The clauses and provisions may be accessed in full text at this address: http://www.acquisition.gov/far/. Prospective Quoters are hereby notified that the Government intends to issue one Firm Fixed-Price Contract in accordance with FAR Part 12 "Acquisition of Commercial Items" and FAR Part 13 "Simplified Acquisition Procedures." The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 - "Other Measuring and Controlling Device Manufacturing", with a small business size standard of 500 employees. The NHTSA Office of Acquisition Management is seeking to procure one Tensile Test Machine with Technical Support services. (See Attachment 1). The Government intends to procure the Tensile Test Machine and Technical Support Services from the responsible Quoter (Offeror), whose quote conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. This resultant Contract award will be a sixteen (16) week Contract to (1) allow for the delivery of the equipment (Tensile Test Machine) and to (2) ensure that the Government is provided with adequate time to receive, inspect and accept the equipment. •3. PRICES/COSTS The Not-To-Exceed Firm Fixed-Price Amount for the resultant Contract is $ TBD at award. •4. SUPPLIES/SERVICES See Attachment 1, Statement of Work. •5. PERIOD OF PERFORMANCE The Period of Performance is sixteen (16) weeks from date of award (inclusive of delivery and inspection)*. This period of performance is based on the assumption that the Tensile Test Machine is currently in the Quoter's inventory at the time of award. The Contracting Officer's Representative (COR) will perform inspection, and request for modifications to the equipment or accept the equipment within three (3) weeks of installation and verification of operation by the Contractor. *NOTE: If more time than the proposed Period of Performance is required to complete the delivery and inspection than is proposed in this RFQ, the Quoter is to propose such, along with an explanation, within their supplied documentation. •6. PLACE OF DELIVERY National Highway Traffic Safety Administration (NHTSA) Vehicle Research Test Center (VRTC) Attention: TBD 10820 SR 347; Bldg. 60 East Liberty, OH 43319-0337 •7. PAYMENT SCHEDULE Payments under the resultant Contract shall be made based on the schedule below, and all payments shall be subject to the submission and acceptance of a proper invoice in accordance with the instructions provided below (See Submission of Invoices). The final payment shall be subject to the delivery and acceptance of the Tensile Test Machine. Installment Payment % Amount 1 60% due net 30 days upon shipping of equipment TBD 2 40% due net 30 days upon acceptance after installation TBD •8. SUBMISSION OF INVOICES [RESERVED] •9. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The performance of the work required under the Contract shall be subject to the technical review of the NHTSA COR. The Contracting Officer will designate a representative to assist in monitoring the work under the Contract. The COR serves as the technical liaison with the Contractor. The COR is not authorized to change the scope of work or specifications as stated in the Contract, to make any commitments or otherwise obligate the Government, or to authorize any changes which affect the Contract price, delivery schedule, period of performance or other terms or conditions. In the event any technical direction offered by the COR is interpreted by the Contractor to be outside of this Contract, the Contractor shall not implement such direction, but shall notify the Contracting Officer in writing of such interpretation within five (5) calendar days after the Contractor's receipt of such direction. Such notice shall include (1) the reasons upon which the Contractor bases its belief that the technical direction falls within the purview of the "Changes" clause, and (2) the Contractor's draft revisions to the terms of the contract that it thinks are necessary to implement the technical direction. The Contracting Officer is the only individual who can legally commit or obligate the Government for the expenditure of public funds. The technical administration of the Contract shall not be construed to authorize the revision of the terms and conditions of this Contract. Any such revision shall be authorized only in writing by the Contracting Officer. The following individual has been designated as the NHTSA COR: National Highway Traffic Safety Administration (NHTSA) Vehicle Research Test Center (VRTC) TBD •10. FEDERAL ACQUISITION REGULATION (FAR) CLAUSES This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95 / 01-19-2017. 10.1 FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This Contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/. 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 10.2 FAR Clauses Incorporated in Full Text This Contract incorporates the following Federal Acquisition Regulation Clauses provided in full text. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: •(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements ( Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). •(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). •(3) 52.233-3, Protest After Award ( Aug 1996) (31 U.S.C. 3553). •(4) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: •(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). •(2) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). •(3) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). •(4) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). •(5) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). •(6) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). •(7) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). •(8) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). •(9) 52.222-3, Convict Labor (June 2003) (E.O. 11755). •(10) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). •(11) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). •(12) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). •(13) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). •(14) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). •(15) 52.222-37, Employment Reports on Veterans ( Feb 2016) (38 U.S.C. 4212). •(16) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). •(17) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). •(18) 52.222-54, Employment Eligibility Verification ( Oct 2015 ). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) •(19) 52.222-59, Compliance with Labor Laws (Executive Order 13673) ( Oct 2016 ). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). •(20) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). •(21) 52.223-15, Energy Efficiency in Energy-Consuming Products ( Dec 2007 ) (42 U.S.C. 8259b). •(22) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving ( Aug 2011 ) (E.O. 13513). •(23) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). •(24) 52.225-5, Trade Agreements ( Oct 2016 ) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). •(25) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). •(26) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). •(27) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). •(28) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). •(29) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). •(30) 52.242-5, Payments to Small Business Subcontractors ( Jan 2017)(15 U.S.C. 637(d)(12)). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-54, Employment Eligibility Verification ( Oct 2015 ) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) ( Oct 2016 ) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii) : By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) ( Oct 2016 )). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 ( Jan 2017) (E.O. 13706). (xx)(A) 52.224-3, Privacy Training ( Jan 2017) (5 U.S.C. 552a). (B) Alternate I ( Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) •11. DEPARTMENT OF TRANSPORTATION ACQUISITION REGULATION (48 CHAPTER 12) CLAUSES The Contract incorporates the following Transportation Acquisition Regulation (TAR) clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. 1252.223-73 Seat Belt Use Policies and Programs (APR 2005) •12. FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS 12.1 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/. 52.204-7 System for Award Management (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017) 52.212-2 Evaluation - Commercial Items (Oct 2014) 52.212-3 Offerors Representations and Certifications - Commercial Items (Jan 2017) Quoters must complete annual representations and certifications electronically via the SAM website https://www.sam.gov/portal 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.225-18 Place of Manufacture (Mar 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) •13. INSTRUCTIONS FOR SUBMITTING QUOTES Technical Capability and Price shall be contained in one volume. Offers/Quotes must include the following information: •1. The solicitation number •2. The time specified in the solicitation for receipt of offers •3. Quoter's Point of Contact information including name, title, address, phone number, and email address •4. Tax Identification Number (TIN) •5. Data Universal Numbering System (DUNS) Number •6. The validity period of the quote [Quote (s) must be valid for at least 90 calendar days] •7. "Remit to" address, if different than mailing address •8. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the Quoter shall complete electronically) or confirm SAM registration. •9. A completed copy of the Standard Form 1449, and ALL amendments issued, MUST be signed by an authorized official of the company. •10. Technical Capability (Technical Quote, Evaluation Factor 1): The technical quote MUST include the following: •(a) Technical Description: A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. The Quoter must demonstrate its ability to meet the technical specifications detailed in Attachment 1, Statement of Work. (b) Delivery Schedule: Provide a project schedule for completing work requirements. (c) Locations: Identify and describe manufacturing locations, source locations of equipment, software support, source locations of software and electronic controls, etc.. (d) Overall Robustness of Components: This includes hardening and strengthening of equipment over a minimal design. Include a detailed description of the robustness of the following: •a. Load cylinder: This might include, but is not limited to, rod size, whether double or single rod cylinders are used, overall weight is a function of rating area of piston, ability to take side load, type of seals used, maintenance schedule, availability of spare parts, and other figures of merit. •b. Servo valve: This might include, but is not limited to, output as a function of signal, reliability, output sensitivity, where servos are mounted, power requirements, maintenance schedule, availability of spare parts, and other figures of merit. •c. Hydraulic power supply: This might include, but is not limited to, servicing requirements, filtration, servicing schedule, cooling requirements, materials used in key components, maintenance schedule, availability of spare parts, and other figures of merit. •d. Control system: This might include, but is not limited to, stability, commanded output vs. actual output, response time, clock time, user interface language, maintenance schedule, availability of spare parts, and other figures of merit. •e. Accumulators and other fluid delivery components: This might include, but is not limited to, type of fittings, pressure ratings, types of seals, effect on delivered pressure to the cylinders, maintenance schedule, availability of spare parts, and other figures of merit. •11. Past Performance (Technical Quote, Evaluation Factor 2): The technical quote MUST include the following: •(a) At least five examples of recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, project description, period of performance, dollar amount, and identification of any problems encountered on identified contracts and the corrective action taken). •(b) Description of overall experience in providing this type of Machine including overall number of years of service, reliability of systems (e.g. age of systems in use, reliability figures of merit for similar systems, etc.). •12. Price (Price Quote, Evaluation Factor 3): The Price Quote MUST include •(a) Price of equipment; •(b) Delivery/shipping cost (without taxes applied); •(c) Terms of any express warranty; and •(d) Any discount terms. •14. QUOTATION FORMAT The price quote should be structured in a format in accordance with the Table 1, Sample Quotation, listed below. NHTSA has a requirement for a "Base Machine(s)", with "Tester Cylinder(s) and Accessories", as detailed in item 2.12 of the Attachment 1, Statement of Work. The Quote will reflect this distinction by providing individual prices, differentiated as such. The fixed prices for the Contract will be based on the Government's selection of a "Base Machine", combined with any combination of "Tester Cylinder(s) and Accessories", that are determined to best meet the overall objective of the procurement. These prices (and the combined total price of the procurement) will be based on the Quoter's price table/quote. Prices shall be differentiated and show individual prices for each type of load range as specified in Attachment 1, Statement of Work. Table 1 - Sample Quotation Item Description Total BASE MACHINE - Option B1 Platen, Hydraulic Pump, Controller less cross-head and accessories. $X.XX BASE MACHINE - Option B2 Hydraulic Pump, Controller with cross-head and accessories. $ X.XX OPTION 1 - Tester Capacity OPTION 1, 80,000 lbf or better cylinder, accessories $ X.XX OPTION 2 - Tester Capacity OPTION 2, 22,500 lbf or better cylinder, accessories $ X.XX OPTION 3 - Tester Capacity OPTION 3, 10,000 lbf or better cylinder, accessories $ X.XX OPTION 4 - Tester Capacity OPTION 4, 1,000 lbf or better cylinder, accessories $ X.XX OPTION 5 - Separate Platen and Load Frame for OPTION 4 $ X.XX *OPTION 6 - Tester Capacity OPTION 6, 2900 lbf ram or better, accessories $ X.XX Installation Testing and Verification, and Operational Instruction $ X.XX Mounting accessories and/or Additional Test Machine Accessories $ X.XX Any potential Quoter shall note that additional items are to be included in the prices listed above; specifically, items 1.10 and 1.11, as cited in the Attachment 1, Statement of Work. The potential Quoter will read, and familiarize themselves with ALL requirements, as stated in the Statement of Work and variations of the Sample Quotation Table 1 above, are acceptable if individual Quoter proposals involve alternative equipment or solutions which can meet the technical requirements and details, as specified. *Please note that a quotation and/or ability to supply OPTION 6, as listed above in the Sample Quotation Table 1, and as detailed in the relevant documentation within with Attachment 1, Statement of Work, is considered not essential for a quote to be considered complete. Additionally, the Government reserves the right to consider for award any quotation received which does not contain ALL elements as listed in the Sample Quotation Table 1, but which is considered to meet the overall objective of the procurement. •15. ASSUMPTIONS AND CONDITIONS Quoters are expected to meet all specifications detailed in Attachment 1, Statement of Work. Quoters specifying any assumptions, conditions, or exceptions in their quotes, which are not agreeable to the Government, may be considered non-responsive and rejected. •16. EVALUATION -- COMMERCIAL ITEMS (1) The Government will award a Contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes (listed in descending order of importance): 1. Technical Capability - Technical capability shall be considered to determine the Quoter's ability to provide the items specified in Attachment 1, Statement of Work. •2. Past Performance - Past performance shall be considered to determine the quality of the Quoter' s past performance as it relates to the probability of success of the required effort. 3. Price - Pricing shall be considered for relative reasonableness by means of price analysis, as prescribed in FAR 15.404-1(b) (price analysis). When combined Technical Capability and Past Performance are more important than Price. NOTE: Quoters are advised that, as a pre-condition to award, the contractor must have an active registration in the Federal government's "System for Award Management" or "SAM". Instructions on how to register in SAM can be found at www.sam.gov. Quoter's are cautioned that the registration process can take several weeks to complete. If a Quoter has not fully complied with this requirement by the time NHTSA is ready to make an award, NHTSA may determine that the Quoter is not qualified to receive an award and use this determination as a basis for making an award to another Quoter. As part of its determination of contractor responsibility, NHTSA will also review SAM's Excluded Parties List to determine if a Quoter is eligible to receive a Federal award. (2) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding Contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. •17. DUE DATES Questions pertaining to this acquisition should be submitted to Norman James, Contract Specialist, via email at norman.james@dot.gov with a courtesy copy to Janella Davis, Contracting Officer via email at Janella.Davis@dot.gov, as soon as possible but no later than 12:00 noon Eastern Time 05/10/2017. Phone calls will not be entertained. Emails must reference Solicitation Number DTNH2217Q00007 and the company name in the subject line. Quotations shall be transmitted electronically via email to Norman James on or before 05/24/2017 at 4:00 PM Eastern Time. •18. SCHEDULE REQUIREMENTS NHTSA has an immediate need for the required Tensile Test Machine in order to initiate testing and satisfy Agency requirements. •19. LIST OF ATTACHMENTS •1. Statement of Work ATTACHMENT 1: STATEMENT OF WORK •1. BACKGROUND The National Highway Traffic Safety Administration (NHTSA), Vehicle Research Test Center (VRTC), is conducting research in the areas of vehicle defects prevention, crash worthiness and biomechanics of crash test dummies with a related need to evaluate loading capabilities, force absorption, fatigue and fracture of materials. To do this, VRTC has a need for a tensile test machine to conduct tests on multiple types of automotive components, automotive materials, components of anthropomorphic test dummies and other devices and systems. VRTC currently has an existing tensile testing machine but it is limited in its ability to be maintained, and cannot be used for all the testing needs of the center. NHTSA currently possesses this tensile testing machine; however the existing system is dated and no longer commercially serviceable. Therefore, the procured tensile testing machine will allow NHTSA to perform higher fidelity testing in-house, over a wider range of loads, application speeds, and with greater precision. •2. SUPPLIES/SERVICES REQUIRED NHTSA requires a Tensile Test Machine with Technical Support Services. •3. SPECIFIC CAPABILITIES/ TECHNICAL SPECIFICATIONS TABLE OF ACRONYMS Acceptance Test Requirements ATR American National Standards Institute ANSI American Society for Testing and Materials ASTM Canada Motor Vehicle Safety Standards CMVSS Contracting Officer's Representative COR Commercial Off The Shelf COTS Comma Separated Value CSV Hydraulic Service Manifold HSM International Standards Organization ISO pounds force lbf pounds mass lbm Linear Variable Displacement Transducer LVDT Military Standard MIL-STD Military Handbook MIL-HDBK National Institute of Standards and Technology NIST Ozone Depleting Substances ODS Occupational Safety and Health Administration OSHA Occupational Safety Health and Fire OSHF Proportional, Integral, Derivative PID Purchase Specification PS Pounds-per Square Inch PSI Society of American Engineers SAE Tensile Testing Machine TTM Vehicle Research and Testing Center VRTC Volt - Alternating Current VAC SCOPE/ PURPOSE This Purchase Specification (PS) establishes the performance requirements for a Tensile Test Machine (TTM) that will support testing of various vehicle components and crash test dummy components. The ram loads are from 0 lbf to 80,000 lbf or higher for various system configurations. The Test Frame shall be a new, current model, commercial off-the-shelf (COTS), High Speed Tensile Tester, and integrated with various components for a variety of tests with all software, hardware and other requirements and components as part of the quoted price. APPLICABLE DOCUMENTS The TTM described in this PS shall adhere to the standards contained in the following documents. The latest dated document shall be the one applicable to this purchase specification. In the event of a conflict between the documents referenced herein and the contents of this specification, the contents of this specification shall be considered a superseding requirement. Nothing in this PS shall supersede applicable laws and regulations unless a specific exemption has been obtained and documentation has been provided to both parties. Government Documents MIL-STD-1839D Department of Defense Standard Practice Calibration and Measurement Requirements Non-Government Documents ASTM E4 ASTM E2309 Standard Practices for Force Verification of Testing Machines Standard Practices for Displacement Verification ASTM E2658 Standard Practices for Speed Verification (optional) ASTM E83 Standard Practices for Extensometer Verification 4. SPECIFICATIONS •1. Mechanical Architecture Requirements - The test machine mechanical design shall include the following features and specifications with all new equipment (see Section 6 for additional details) : •1.1 A machined platen work table with a one-inch "T"-slots specimen mounting feature or a comparable style in both strengths and functionality. •1.2 A minimum platen width of 40 inch or better, a minimum length of 60 inch or better, and platen surface height of between 30 inch and 40 inch. •1.3 A minimum crosshead specimen clamping height of 60 inch or better and a width between columns of 30 inch or better (for 80 kip or better cylinder). •1.4 A hydraulic assisted crosshead height adjustment (for 80 kip or better cylinder). •1.5 A machined platen shall have the ability to receive a crosshead (for an 80 kip or better cylinder) mounted at end of table (platen) with the ability to offset crosshead to center of table. •1.6 The load cylinder specified in 2.12.2.1 shall withstand a minimum of 80,000 lbf tensile/compressive loading forces or other tensile/ compressive forces for the load cylinder actually quoted in 2.12.2.1 (e.g. if the cylinder quoted is 100,000 lbf then it shall withstand a minimum of 100,000 lbf tensile/compressive loading forces). •1.7 Side loading capacity minimum of 2,000 lbf @ full crosshead height with a lateral deflection of no greater than 0.100 inch of the vertical crosshead structure (for 80 kip or better cylinder). •1.8 Capable of center load train platen and crosshead mounting positions as depicted in the attached load train position options drawing (see also 1.5) •1.9 An optional second table for loads as specified in 2.12.2.4 for specimens 22 in x 28 in minimum shall be quoted as OPTION 5. A minimum crosshead specimen clamping height of 50 inch or better and a width between columns of 22 inch or better with platen sized to accomplish these dimensions. •1.10 A set of test guards to protect operator and other personnel from any parts break up or failure shall be quoted as an OPTION. •1.11 Valves and a manifold shall be capable of switching hydraulic fluid between two cylinders and shall be quoted as an OPTION. •1.12 Acceptance test requirements (ATR) at the factory shall apply to the system as specified in 10.1. ATR for 2.12.2.1, 2.12.2.2, and 2.12.2.3 shall be Maximum Applied Force at Cyclic Test Capability. Testing for 2.12.2.4 and 2.12.2.6 are as specified in those paragraphs. Testing is at the option of the government. •1.13 As previously noted, system option 12.12.2.6 shall be considered a separate system and as a feature. Please quote separately (see below). Submitting a quote on this system is not required. •2. Hydraulic System Requirements - The test machine actuator shall be capable of providing the following features and performance functionality (Note that 12.12.2.6 is excluded from these requirements). •2.1 Minimum loading capacity of 80,000 lbf tension or compression for 2.12.2.1 TTM OPTION 1 (other load requirements for additional configurations are specified in 2.12.2.2, 2.12.2.3 and 2.12.2.4). •2.2 Minimum 8-inch continuous stroke, double rod, hydraulic cylinder capacity for 2.12.2.1 TTM OPTION 0 ( hydraulic cylinders for additional configurations are specified in 2.12.2.2, 2.12.2.3 and 2.12.2.4). All load devices in in 2.12.2.2, 2.12.2.3 and 2.12.2.4 shall be continuous stroke, double rod, hydraulic cylinders. •2.3 A direct cylinder mounted style servo valve manifold with high volume flow porting. •2.4 High volume flow cylinder control servo valves. •2.5 Typical single stroke application speed of 0.6 in/sec (15.4 mm/sec) or greater for 2.12.2.1 TTM OPTION 1 (speed requirements for additional configurations are specified in 2.12.2.2, 2.12.2.3 and 2.12.2.4). •2.6 Cyclical fatigue load cycling capability +/- 2 mm at 3 Hz or greater for 2.12.2.1 TTM OPTION 1 (load cycling capability requirements for additional configurations are specified in 2.12.2.2, 2.12.2.3 and 2.12.2.4). Cyclic load requirements shall be available at any load specified for a cylinder. •2.7 U.S. Customary Society of American Engineers (SAE) threaded piston rod end or adaptors to go to SAE threads. •2.8 Electrical motorized hydraulic power unit sized to sufficiently meet operating requirements of any of the devices specified in 2.12.2.1, 2.12.2.2, 2.12.2.3 and 2.12.2.4 OR with a hydraulic pump that can be expanded to meet any of the devices specified in 2.12.2.1, 2.12.2.2, 2.12.2.3 and 2.12.2.4 at a later time (e.g. expandable modular, expandable pump). •2.9 Maximum power unit sound emissions shall not to exceed 80 decibels. •2.10 Machine working voltage range shall be 480 VAC 3 phase (see Section 9.1.1 Facility Power for details). •2.11 Application of the maximum load, maximum speed, and load cycling ability shall be applied for individual test types and not at the same time but rather shall meet low range, middle range and high range applications as specified as specified in the following tables: 2.12.1.1 BASE MACHINE Option B1 - Platen, Hydraulic Pump, Controller less Crosshead and Accessories Platen for Maximum Applied Force or better 80,000 lbf (356 kN) or greater Platen for Minimum Test Space or better 30 in wide x 60 inch high (760x1520 mm) See Section 1 for Platen Mechanical Requirements See Section 2 for Hydraulic System Requirements See Section 3 for Computerized Controller Reqr. 2.12.1.2 BASE MACHINE Option B2 - Platen, Hydraulic Pump, Controller with Crosshead and Accessories Platen for Maximum Applied Force or better 80,000 lbf (356 kN) or greater Platen for Minimum Test Space or better 30 inch wide x 60 inch high (760x1520 mm) See Section 1 for Platen Mechanical Requirements See Section 2 for Hydraulic System Requirements See Section 3 for Computerized Controller Reqr. 2.12.2.1 Tensile Tester Capacity OPTION 1 Force range: high, speed: low Maximum Applied Force or better 80,000 lbf (356 kN) or greater Maximum stroke or better 8.0 inch (203 mm) Minimum Test Space or better 30 inch wide x 60 inch high (760 x 1520 mm) Maximum Ram Speed or better 0.6 in/sec (15.4 mm/sec) Rated velocity at maximum Load or better 0.06 inch/sec (1.5 mm/sec) Cyclic Test Capability or better +/- 2 mm at 3 Hz. 2.12.2.2 Tensile Tester Capacity OPTION 2 Force medium high, speed: med. low Maximum Applied Force or better 1000 lbf to 22500 lbf (4.448 to 100 kN) Maximum stroke or better 10 inch (50.8 mm) Minimum Test Space or better 30 inch wide x 60 inch high (760 x 1520 mm) Rated velocity at maximum Load or better 0.2 inch/sec (5 mm/sec) Cyclic Test Capability or better +/- 1 mm at 8 Hz. 2.12.2.3 Tensile Tester Capacity OPTION 3 Force: low, speed: medium high Maximum Applied Force or better 1000 lbf to 10000 lbf (4.448 to 44.48 kN) Maximum stroke or better 10 inch (254 mm) Minimum Test Space or better 30 inch wide x 60 inch high (760 x 1520 mm) Rated velocity at maximum Load or better 0.2 inch/sec (5 mm/sec) Cyclic Test Capability or better +/- 2 mm at 3 Hz. 2.12.2.4 Tensile Tester Capacity OPTION 4 Force range: low, speed: high Maximum Applied Force or better 0 lbf (0 kN) to 1000 lbf (4.448 kN) Maximum stroke or better 10 inch (254 mm) Minimum Test Space or better 22 inch by 28 inch (559 mm by 712 mm) Rated velocity at maximum load (exclude impact) 20 inch/sec (0.5 m/sec) Cyclic Test Capability or better +/- 5 mm at 10 Hz. Separate Table for this test as OPTION 5 See paragraph 1.9 Meets sample test: Machine should be capable of testing: ASTM D3574-11, Test B1 could be described as: 1. Preflex by deflecting to 75% of target part thickness at 250 mm/min; 2. Indent at 50 mm/min to 25/50/65% of part thickness; 2. Hold for 60 seconds and record the force after 60 seconds. CMVSS Test Method 213.2 Section 4 as: 1. Apply to target a preload and vertical force of 2250 N at a displacement rate up to 500 mm/s; 2. Measure the deflection 2.12.2.5 Tensile Tester Capacity OPTION 5 Force range: low, speed: high Separate Platen and Load Frame for OPTION 4 2.12.2.6 Tensile Tester Capacity OPTION 6 Force range: low, speed: high Maximum applied or measured Force or better 0 lbf to 2900 lbf (13 kN) Maximum stroke or better 7.3 inch (185 mm) Maximum displacement at desired speed See below Minimum Test Space or better 22 inch by 28 inch (559 mm by 712 mm) Impact Speed or better 315 inch/sec (8 m/sec) Impact Profile see below Rated velocity at maximum Load or better 315 inch/sec (8000 mm/sec) Maximum Ram Speed or better 315 inch/sec (8 m/sec) Meets sample test ("spring" is a foam or other resistance target): Program a distance as a function of time and measure a resulting resistive force from a target where the resistive force is a function of applied speed of application. 2.13 Linear Variable Displacement Transducer (LVDT) capable of providing feedback on cylinder displacement (see section 6. Performance requirements for details). 2.14 Any f orce requirements shall be considered to be in both in tension and compression. •3. Computerized Controller Hardware/Software Requirements - The test machine controller shall meet all capabilities, function features and specifications as follows: •3.1 The control software shall run in a Microsoft Windows 7 or better operating system environment. •3.2 The control software shall have an open- architecture design that permits modifications and offers regressive compatible upgrades. •3.3 A system reboot capability to restore the machine functions to the factory default settings shall be required. •3.4 The system shall be capable of using either the force, displacement, or time control of the machine's load train as a designated controller input or other user defined variable inputs, such as test scripts of field collected loads or displacements as a function of time (to reproduce real world loading scenarios). •3.5 The system shall have automated sequencing capabilities, conditional looping defined as having the ability to transition between the controlling outputs (force and displacement) from one to the other during the course of a single test cycle. •3.6 The system shall have the ability to accept external outputs as designated inputs from other devices and test equipment that allows the same controller functionality of the machine. •3.7 The system shall be able to provide a displacement limit switch input. •3.8 The system shall have an auto balancing zero feature for the machine force and displacement outputs. •3.9 The system shall be able to generate data files in CSV or other formats that are compatible with Microsoft Excel. •3.10 The system shall be able to provide real-time analog outputs for load and displacement channels. •3.11 The system shall have a minimum of 16 bit analog to digital resolution. •3.12 The accuracy of the sample clock shall be less than 0.001 percent. •3.13 The system shall be able to auto-increment data files by name or numbers. •3.14 The system shall record units of measure in English, Metric or customizable units. •3.15 The system shall provide operation function capabilities that allow the machine operator to remain in a safe distance working environment. •3.16 The computer shall have a Read-Write DVD Drive, Run Installation DVD, a windows compatible printer and windows compatible sound card and speakers. •3.17 The computer shall have a Mouse or Pointing Device and Keyboard supported by Windows. •3.18 Machine Communication shall be through multiple USB Ports (minimum two) and necessary ports to communicate with the controller. •3.19 Software shall include ability for with multiple Testing Options, Drag and Drop and other Utilities, Report Generator, hand set integration, extractable data to MS EXCEL. TM •3.20 Software shall include Microsoft Office Suite with Word, Excel, Power Point (Standalone latest version) not internet access. •3.21 Maximum Data Processing Rate shall be 6000Hz or better. •3.22 Storage and Retrieval of Test Parameters shall be on stand-alone control computer, hard drive •3.23 The computer shall have 16 GB Ram, 4 GHz, 1TB HDD, 250 GB Solid State Drive (SSD) or better. •3.24 The computer system shall have a Monitor (Widescreen) with High definition, 24 inch or better •3.25 Shall have sufficient filtering of analog signals to prevent aliasing. •4. Additional Test Machine Accessories - The test machine shall also include the following items and are to be quoted individually: 4.1 (2 each) compatible side-loading specimen wedge grips (for each cylinder specified) 4.2 (2 each) compatible spherical bearing rod end adapter (for each cylinder specified) 4.3 (1 set) compatible backlash actuator head and base swivel mounts 4.4 (2 each) compatible universal joint adapter, 2 axis rotation (for each cylinder specified) 4.5 (1 each) Reaction block (frame) right angle 12 and 24 inch (for each cylinder specified) •5. Other Requirements and Services - The following items shall be included as part of the quote price: 5.1. The Quoter shall perform complete installation and setup of the test machine excluding electrical service connections (see Section 10, Delivery, Installation and Acceptance Testing for details). 5.2. The testing machine shall have a comprehensive operator's manual (see Section 12 for details). 5.3. On-site orientation shall be provided to no less than four operators (see Section 12 for details ). 5.4. A one-time-only licensing fee shall be quoted. 5.5. A one year full parts and labor warranty with an extension option shall be quoted. 5.6. The Quoter shall provide calibration service traceable NIST certification for the machine load cells at six month intervals included in the price of the machine for the first year. (see section 8.3 Calibration, for additional details). •6. Performance requirements - The following items shall be applied to the TTMs: Tensile Tester Capacity Over Force Protection Capable of 150% of maximum force without yielding Mechanical Overload Capacity 150% or better Load Weighing System Meets or Exceeds the Requirements of the following standard ASTM E4 Load Tare 20% while maintaining full load cell capacity or better LVDT LVDT Meets or Exceeds the Requirements of the following standard ASTM E2309 Speed accuracy +/- 0.5% of set speed Meets or Exceeds the Requirements of the following standard ASTM E2658 Position accuracy Better than +/- 0.5% of full scale Position Resolution 19-bit resolution transducer Hydraulic Pump Horsepower/Size Optimally sized for peak efficiency and performance to allow the test stand to meet the performance characteristics Filtration Filtration of hydraulic fluid shall be 3-micron nominal Cooling Station Size Optimally sized for peak efficiency and performance to allow the Hydraulic pump to run on high for 5 hours without exceeding 105°F or vendor's maximum allowed temperature for normal test stand operation. Outside Temperature Limits Able to operate year-round in outside temperatures as low as 20°F. Oil Cooling system Independent closed loop cooling unit capable of operating at room temperature, not to exceed 105°F or vendor's maximum allowed temperature for normal test stand operation Data Retrieval Data Rate Four Channels @ 6000 Hz or better •7. Additional Physical Characteristics The following items shall be applied to the TTMs: Load Frame Design Frame Height X Width X Depth Standard- to meet facility Horizontal Test Space 30 inch for BASE MACHINE OPTION B1 and B2, ref. 2.12.2.1, 2.12.2.2, and 2.12.2.3 (see above for details) Vertical Test Space 60 inch for BASE MACHINE OPTION B1 and B2, ref. 2.12.2.1, 2.12.2.2, and 2.12.2.3 (see above for details) Ram Drive System Precision Servo Hydraulic Closed Loop Ram Travel Adjustable lower and upper limits, stop and jog control Built-in alarm System Built-in intelligent pressure, displacement, and load Emergency shut off Emergency shutoff switch on the Frame and on the controller Lockout Tagout as described in Section 8.3.7 Lockout/Tagout will also be included. Controller shutoff The controller will incorporate a watchdog protocol to detect loss of communication with the personal computer. In the event of any communications loss, controller shall stop testing and revert to a safe state. Position Measurement LVDT's Position Resolution ±0.01% of reading Speed Accuracy ±0.1% of set speed or better Hydraulic System Built-in alarm System Built-in intelligent hydraulic oil temperature, visual display (visible on operator's monitor) integrated into control software Hydraulic Pump Required to meet frame specifications; (see Section Facility Floor Space - hydraulic room) Close-coupled HSM Minimum required to achieve ram speeds Close-coupled Accumulator Minimum required to achieve ram speeds CE Accumulator Certification Minimum required to achieve ram speeds Servo valve Included Minimum required to achieve ram speeds Manifold/Directional Valve Capable of switching hydraulic circuit between different test cylinders. Hydraulic Cylinder(s) Double rod cylinders, reinforced bearings Servo valve Manual Shutoff Required Load Train Hydraulic Lifts and Locks Crosshead raised and lowered hydraulically with locks to hold position Alignment Required alignment verification after frame installation (+/- 0.5°) Limit Switch Ram Limit Switch that determines displacement limits that stop the frame Load Measurement System Load Cells Load cells compatible with load/force/speed requirements for each load requirement in 2.12 (excluding 12.12.2.6) Load Measurement Accuracy Calibrated in the range of 0.2 to 100% of capacity and accurate to +/- 0.5% of applied load. Controller Design Conditioner for addition transducers Minimum Eight Channels Controller Handset and mount Ability to be located such that operator may operate the system behind safety barriers. Data Rate Four Channels @ 6000 Hz or better, 8 channels @ 1000Hz or better. Module Uninterruptible Power Supply 1.5 kVA, 120 V AC, 60 Hz for computer. Preventive Devices and Controls Anti-vibration Mount Prevent vibration transmission to the laboratory floor. Signal Noise and Filter Within data conditioning and signal filtering for operational limits. Filtration for signals traveling through long cables. Amplitude Control Provision for full amplitude and mean level control shall be available. Adaptive Control 6 Term Control for PID, Lag, Feed-forward and Notch system shall be provided. Data Signal Resolution System resolution should be 19 bit across complete span of sensor. Transducer Filtration There shall be sufficient filtration to prevent aliasing. Hydraulic Pump Oil Pressure and Temperature Monitor Digital Display that continually indicates pressure and temperature; that spans full range of pressure and temperature. No calibration requirements required, indication only. Other Requirements Electrical Connection see below Preprogrammed Requirements Post Test Analysis Tensile test program will display at a minimum, a stress vs extension graph and the following data fields; sample name, stress at max, ram extension at max stress, corrected max stress, ram extension at corrected max stress, Test Generator Develop test routines and test database (should include test software routines) as per international and industrial standards. Preprogramed by operator for user specific needs, one tensile test module and one stress relaxation test module and the capability to alter and create new test modules by the user. Input of test data and formatting of test report Preprogramed test modules need to allow variable temperature, speed, data rate, pressure, and hold time controls as well as adjustable test report fields. Time Stamp and synchronous recording Data from all control and acquisition channels should be recorded simultaneously and synchronously and should be capable of being logged at sample rates up to and including 10kHz across all channels, irrespective of how many channels are used. Stress Calculations based on width and thickness or on width entries Preprogramed by operator to calculate stress from dimensional inputs supplied by the operator and load data acquired from load cells Calibration Requirements Clearly mark all components that are calibrated and in calibration generated reports. Load Cell ASTM E4 LVDTs ASTM E2309 Pressure Transducer Industry Standard •8. Maintainability/Supportability/Calibration The following items shall be applied to the TTMs. 8.1 Maintainability. The TTM shall have COTS components that require only minor in-house and preventive maintenance that is easily accessible and available. 8.1.1 Built-In-Self-Test function shall be present. 8.1.2 The TTM shall provide a built-in self-test which shall identify any fault within the TTM to a single major component, as applicable. 8.1.3 Built-in self-test shall not exceed 10 minutes. 8.2 Supportability. The TTM shall not use, nor require the use of, any hardware that is obsolete or not readily and commercially available at the time the TTM is installed. 8.3 Calibration. 8.3.1 Operation and maintenance manual. See 12.2 Technical Manual requirements. 8.3.2 Drawing package. See attached Contract Data Requirements List for drawing Requirements. See section 9.2.2 Facility Documents. ) 8.3.4 Calibration quality standard. There shall be calibration quality standard and traceability with calibration measurement requirement summary. 8.3.5 Calibration and measurement traceability. The contractor shall ensure the developed system is capable of being calibrated and its calibration is verified in accordance with MIL-STD-1839D. MIL-HDBK-1839C shall be used for interpretive guidance to clarify requirements invoked by MIL-STD-1839D. These resources are publicly available. The contractor shall provide a means to perform calibration to meet these requirements or other similar ASTM and ISO standards. The contractor shall provide all hardware and software required to perform calibration and calibration verification. The contractor shall develop and deliver a system calibration procedure verifying system performance to the performance specification contained within this purchase specification. 8.3.6 Accessibility. Each major component shall be readily accessible and removable without the need to remove any other major component (excluding cables and mounting hardware.) 8.3.7 Lockout/Tagout. Machine or equipment shall be designed to accept lockout devices for the isolation of energy sources, OSHA's Lockout/Tagout standard, 29 CFR 1910.147. 8.3.8 Equipment shall have a factory trained local service engineer available and toll free technical support. 8.3.9 Manufacturer shall maintain spare parts inventory of non-custom parts and components such that delivery of failed parts and components can be made within five business days. 8.3.10 Manufacturer shall maintain spare parts inventory of non-custom parts and components such that parts are available for not less than seven years. •9. Facilities Specification will be provided as follows: 9.1 Facility Interfaces. The TTM shall operate and interface with (as needed) the following existing facility resources: 9.1.1 Facility Power: 480V/3 phase/60Hz, and operating in a supply voltage as specified in ANSI C84.1, American National Standard for Electric Power Systems and Equipment - Voltage Ratings (60 Hz). 9.1.2 Facility Floor: The floor of Building 60, standard commercial floor. 9.1.3 120 PSI shop air. 9.1.4 Operating Environment 72 +/- 8 degrees Fahrenheit. 9.1.5 NOTE: No process cooling water is available for the hydraulic system. 9.2 Facility Provisions 9.2.1 The Government will provide required power, compressed air and final connection to the new TTM. The Government will also provide concrete pad and chase access through walls (if required). 9.2.2 Facility Documents. The contractor shall provide three sets of TTM installation drawings (one for each piece of equipment being supplied as print and Adobe Portable Document Format electronic) and a site preparation requirements and installation plan to the Facility Manager at least 90 days prior to the scheduled delivery of each machine. Installation drawings shall include all peripheral equipment and utility hook-ups for the equipment to show what the TTM will look like when it is installed. Drawings shall meet ISO, ANSI or other acceptable drawing standards. These drawings may be developed based on manufactures' existing drawings and this requirement is not intended to require new documents or drawings. •10. Delivery, Installation and Acceptance Testing 10.1 Test Article Demonstration. The ATR shall contain results of the acceptance test performed to demonstrate that the TTM performs as stipulated in Requirements Section 2.1 10.1.1 ATR Minimum Requirements. 10.1.2 All major assemblies, sub-assemblies and peripheral equipment shall be identified using unique identifiers, such as serial, part or model numbers. 10.1.3 Any deficiencies identified at the factory test shall be corrected prior to shipping the TTM to the VRTC. 10.2 Design and Construction. Design and construction shall be in accordance with acceptable and best industry practices to include (but not limited to) the ASTM standards called out in Section 2 "Applicable Documents." 10.3 Delivery and Installation. The contractor shall notify the COR 30 calendar days prior to delivery. 10.3.1 Contractor Installation and Set-Up. TTM and all associated equipment shall be assembled, installed, set-up and tested by the contractor in the area designated as its functional work area (machine installation site). The contractor shall provide all personnel, equipment, and supplies necessary for delivery acceptance, complete installation and set-up of the proposed system. 10.3.2 Final Inspection/Acceptance Test: Final inspection and acceptance test shall be performed on the TTM to ensure conformance with this purchase description. The acceptance test shall be performed only after the TTM is installed at its final location. The TTM acceptance test at the operational location shall consist to actual user selected tests that conform to the range requirements specified for each section. 10.3.3 Contractor's Field Service Engineer or designated representative shall provide on-site start-up services and professional installation with a proper operation and alignments of all controls, motors, adjusting mechanisms, and accessories shall be verified to meet manufacturer specifications during the set up installation and test period.. 10.3.4 All installation work (electrical, controls, mechanical plumbing, and pneumatic) and other services performed to confirm it is in accordance with the manufacturer's recommendations and purchase specification requirements shall be verified. 10.3.5 Performance Accuracy Test. The machine shall be operated under AUTOMATIC in each mode of operation to test the machine's response to command data. All safety limit stops and safety devices shall be checked by attempting to exceed the limits of travel and/or interfere with motion as required. All disks, instruments, materials, and tools required to perform and evaluate the tests shall be furnished by the supplier. 10.3.6 Warranty. Contractor shall provide a standard manufacturer warranty starting after on-site final government acceptance. 10.3.7 Manufacturer shall include shipping cost in price of bid and shipping shall be FOB at destination. 11. Safety and Environmental Compliance 11.1 Industrial Safety Requirements. The contractor shall furnish sufficient documentation to develop a safety program that ensures protection of Government personnel and property. 11.2 As part of the Safety Program, the contractor with VRTC, shall establish a Safety Plan. 11.3 General Safety Requirements. When performing work under this contract on a Government installation, except Government owned plants under the sole control of the Contractor, the contractor shall accomplish the following: •a) Include a clause in any subcontracts to require all subcontractors to comply with the safety provisions of this contract. •b) Ensure that all personnel engaged in the support of this performance specification are fully trained and qualified in the specific tasks being performed. •c) Comply with all applicable State and Federal safety regulation, specifically the OSHA Standards (29 CFR 1910). •d) Provide OSHF protection guidance in procedures and technical data. The guidance shall include all applicable OSHF prevention requirements contained in Federal OSHA Standards (29 CFR 1910). If OSHA Standards are not applicable, the contractor shall use nationally recognized sources of safety health and fire prevention standards. For an example, the ANSI standards published by the National Fire Protection Association. The contractor shall ensure that all detailed operations specify the proper safety, health, and fire prevention procedures and the use of personal protective equipment to adequately protect the worker. •e) Environmental Compliance. The contractor shall comply with federal, state and local environmental laws, policies and regulations. Every effort shall be made to eliminate/reduce hazardous and environmentally unacceptable materials. The TTM shall present no environmental hazards and shall not use or require known Ozone Depleting Substances (ODS's ). 11.4 COTS. Standard off-the-shelf components and spare parts shall be used whenever possible (for example, switches, relays, data acquisition cards, etc.). 12. Operational Instruction/Technical Documentation 12.1 The contractor shall provide all Operational Instruction as specified for each of the skills identified in Table 2 below. The Operational Instruction shall occur at VRTC after delivery, inspection and VRTC acceptance. The contractor shall provide a qualified technician(s,) that is knowledgeable in all operations of the system, to complete the listed Operational Instruction. The contractor shall provide onsite basic operator instruction for the load frame, controller hydraulic power unit, servo hydraulic accessory, alignment, and calibration of the LVDT, Axial Force Actuator, and Calibration. Operational Instruction will be hands on and COTS manuals will be provided by the contractor. Table 2. Operational Instruction Scope Item No. Operational Instruction Scope Minimum # personnel to given operational instruction. Function Level of Employee being given operational instruction. 1 Test Stand Operation 4 Supervisor, Lead, Technicians (2) 2 Test Stand Maintenance 4 Supervisor, Lead, Technicians (2) 3 Software test module creation and debugging 4 Supervisor, Lead, Technicians (2) 4 Hydraulic pump operation 4 Supervisor, Lead, Technicians (2) 5 Hydraulic pump maintenance 4 Supervisor, Lead, Technicians (2) 6 Calibration 4 Supervisor, Lead, Technicians (2) 7 Total of 4 12.2 Technical Data Requirements 12.2.1 Documentation : The contractor shall deliver the following documentation listed in the Manuals Information Table 3 below upon delivery and installation of the TTM, with exception to 8 and 9, which shall be delivered with the contract proposal. A minimum of three (3) copies (in both print and Adobe PDF format) should be provided of all operation, maintenance, and system calibration manuals (not individual component calibration manuals) required for proper and safe operation of the TTM. These manuals may be combined based on manufactures' existing documentation and this requirement is not intended to require new documents or manuals. Table 3- Manuals/Information Item No. Deliverable Data Rights 1 Ca l i bration and M easurements Requi re m ents Summary Unlimited 2 Ca l i bration Certificate Unlimited 3 Site Preparation Requirements and Installation Plan Unlimited 4 COTS (System) Calibration Manual Unlimited 5 COTS Operation and Maintenance Manual Unlimited 6 COTS Computer Operation Manual Unlimited 7 COTS Software User Manual Unlimited 8 List of Deliverables Unlimited 9 Safety Plan information NA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH2217Q00007/listing.html)
 
Record
SN04486227-W 20170428/170426235221-4ba1ab157261fd15f223e151638bbf30 (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  © 1994-2020, Loren Data Corp.