Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

59 -- Electro-Mechanical Testing Machine

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1200 New Jersey Ave, Washington, DC 20590
 
ZIP Code
20590
 
Solicitation Number
693JF717Q00037_01
 
Response Due
8/29/2017
 
Archive Date
2/25/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 693JF717Q00037_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-08-29 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Kings Point, NY 11024 The Department of Transportation requires the following items, Brand Name or Equal, to the following: LI 001: Manufacturer: Instron Part No. 5969 Quantity: 1 Description: Model 5969 Materials Testing system, Capacity 50kN (5000 kg, 11250lb) Dual column table top electromechanical testing system including: -Integrated digital closed-loop control and data acquisition electronics including crosshead extension and load measurement channels -Test control panel with two softkeys, results display, start, stop and return functions, programmable function keys, test status indicators, variable speed job and specimen protection -Testing speed range: 0.001 to 600 mm/min (0.00004 in/min to 24 in/min) -Crosshead return speed: 600 mm/min (24 in/min) -Base adapter: Type D female fitting (0.5 in clevis pin) -Rigid coupling adapter, Type Dm (1.25 in) to Of (12mm connection), 1, EA; LI 002: Part No. 5969-D1 Quantity: 1 Description: Voltage option 120 V, 1, EA; LI 003: Part No. 2910-056 Quantity: 1 Description: Heavy Duty Load Frame Support Table for All Dual Column Table Top Models, including extra high, extra wide versions. Provides convenient working height and leg room for operation while seated. Capacity: 679 kg (1500lb) evenly distributed load. Table top dimension: 762 x 1524 mm (30 x 60 in). Height adjustable from 635 to 813 mm (25 to 32 in), 1, EA; LI 004: System Load Cell Part No. 5969-LB Quantity: 1 Description: Static Load Cell: 50 kN (5000 kg, 11250 lb) - Type Df Tension/Compression Type D female fitting (0.5 in diameter clevis pin, 1, EA; LI 005: Grips for Tensile Testing Part No. 2716-020 Quantity: 1 Description: Wedge Action Grips, Capacity: 50 kN (11250 lb, 5,000 kg) Temperature range: -70 C to -250 C (-100 F to 480 F) Maximum specimen size is face determined Upper and lower fittings: Type Dm (1.25 in connection with 1/2 in clevis pin) Includes a spacer that when removed, adds 5 mm to specimen thickness range listed in the faces section, i.e. 2703-151 would be 0 to 11.4 mm specimen thickness. Requires faces, 1, EA; LI 006: Part No. 2703-151 Quantity: 1 Description: Faces, Flat Serrated. 25 mm wide x 57 mm high (1.0 in wide x 2.25 in high). Flat specimen thickness range: 0 to 6.4 mm (0-0.25in). 16 teeth per inch, 1, EA; LI 007: Part No. 2703-154 Quantity: 1 Description: Faces, Vee Serrated. Specimen diameter range: 7.1 - 12.5 mm (0.3 in-0.5 in). 25 teeth per inch. Set of four faces, 1, EA; LI 008: Part No. 2716-011 Quantity: 1 Description: Specimen Centering Device for 2716-020 Wedge Action Grips Extensometer for Strain Measurement, 1, EA; LI 009: Part No. 2210-862 Quantity: 1 Description: Model 5900/5500A Sensor Conditioner Card. Provides closed loop control and data acquisition capability for optional transducers. Up to two may be added per system. For use with Instron Rationalized Transducers. Also accepts +/- 10 V DC input. For use with all 5500A and 5900 systems, 1, EA; LI 010: Part No. 2630-109 Quantity: 1 Description: Strain Gauge Extensometer, 1 in gauge length, +50%, -10% maximum strain. Static-rated with cross-braced design and cone-latch gauge length setting. U.S. Customary Calibration. Self-identifying only with 3300, 4200, 4300, 4400, 4500, 5500, 5800, 5900, 8500 and 8800 Series Systems. Operating temperature range -100 C to +200 C., 1, EA; LI 011: 3 Point Bend Fixture Part No. 2810-400 Quantity: 1 Description: Flexure Fixture, 3-Point Bend, Capacity: 5 kN (1000 lb, 500 kg). ASTM D790, ISO 178, ISO 14125 Maximum Span: 194 mm (7.64 in) Minimum Span (4 mm anvil): 4 mm (0.16 in) Minimum Span (10 mm anvil): 10 mm (0.39 in) Temperature Range: -100 C to +350 C Upper fitting: Type Om (12 mm connection with 6 mm clevis pin) Lower: Type Dm (1.25 in connection with 1/2 in clevis pin) Upper Anvil: 10 mm diameter Lower anvil supplied, select either 2810-400A1 or 2810-400A2, 1, EA; LI 012: System Software Part No. 2490-695 Quantity: 1 Description: Operator Dashborard for new 5900 Series Systems Operator Dashboard Includes: -Flat screen, industrial touch monitor -Full support for Bluehill Universal Materials Testing software -Cables and connectors -Standard VESA 100 mm interface to allow use of third party TV/monitor mountings if desired, 1, EA; LI 013: Part No. 2490-695B2 Quantity: 1 Description: 21.5 inch Touch Monitor option with integrated controller Includes 1 Ethernet port and wireless network adapter, 1, EA; LI 014: Part No. 2490-695M2 Quantity: 1 Description: Operator Dashboard arm mounting for table model systems with extruded column covers and T-slots. Feautres include: Height adjustable along column T-slot Rotation and tilt towards/away from operator Portrait/landscape orientation, 1, EA; LI 015: Part No. 2450-700 Quantity: 1 Description: Bluehill Universal Testing Software for NEW 5900 Systems Bluehill Universal is Instron's premier materials and components testing software package meeting the needs of a wide variety of applications including plastics, composites, metals, elastomers, biomedical, adhesives, textiles, components and others. Each application module provides the capability for tension, compression, flexure, stress-relaxation, creep, peel, tear and friction testing and test control based off of displacement, force or strain. Also included is Instron's complete calculation library with hundreds of different calculations such as modulus and ultimate tensile strength, as well as user-defined calculations. Bluehill's one-of-a-kind report generator allows users to create customozed report templates that can be linked with test methods and used to export test results via e-mail or save as HTML, Word or PDF. Raw data and result export files are completely customizable for enhanced compatibility with Laboratory Information Management Systems. Options for advanced test control, such as block loading, and data analysis, such as web camera recording, are also available. For Windows 7 Professional (32 or 64 Bit) or Windows 10 Professional (64 Bit only) operating systems (Win 10 recommended)., 1, EA; LI 016: Part No. 2450-700G1 Quantity: 1 Description: TestCam Video Recording and Playback Module The TestCam Video Recording & Playback option provides engineers and quality professionals with a video record of how the test was conducted and how the specimen failed, by recording the test from start to finish using almost any USB video recording device. After testing, the user can replay the test or use a scanning cursor to select particular points of interest while viewing of the associated test video frame. The video can be stored and sent electronically. Requires DirectX compatible video capture system (such as a webcam) with USB cable and camera mounting., 1, EA; LI 017: Part No. 2490-852 Quantity: 1 Description: Logitech HD Webcam and flexible mount to EM T-slot Mounts in T-slot on frame column. Not suitable for extra-width dual-column systems For use with Bluehill TestCam Video Recording and Playback Module, 1, EA; LI 018: On-Site Installation & Training Part No. 1400-050 Quantity: 1 Description: System Installation & Integration Installation performed by an Instron factory & field trained Service Engineers/Representative. The system introduction can be provided for up to 3 operators. For larger numbers of operators, Instron Training classes are recommended. Some or all of the following activities will be performed subject to the system quoted and system configuration: -Set up of system -Safety Awareness & general testing safety precautions -Make all physical and electrical connections, except 3 phase power and water -Mount, install and test all peripheral fixtures and transducers, environmental chambers, and any major accessories that are supplied with the system -Check correct operation of the system -Check correct operation of all electrical components and mechanical assemblies and transducers (where fitted) -Configure controller and test for correct operation including all adjustments and tuning -Calibration & verification services are quoted separately. Basic System and Software Introduction -General instruction associated with any hardware elements of the system -Review basic operation manuals & any other related documentation, 1, EA; LI 019: Part No. 1450-055 Quantity: 1 Description: Enhanced Onsite Software Integration, Introduction to Bluehill Fundamentals & Test Method Development This integration level usually targets new Bluehill users or existing users with detailed applications needs, multiple test methods in use, and/or multiple operators using their systems. Integration includes: -Detailed onsite software operation & usage instruction for up to 3 operators -Instruction covering Bluehill user experience features (touch elements, support & BH differences when applicable) -Set-up of specimen parameters, test control parameter, report templates, results calculations setup for applications -Development or conversion up to 5 Test Methods -Overview of test method results & report -Review of user's application needs -Detailed testing of customer supplied speciments to validate/verify customer test methods and applications If applicable, integration of Instron supplied all-in-one controller and dashborad, including mountings and loading of software, as well as review and activation of Instron Connect, remote service tool will be included., 1, EA; LI 020: Warranty (3 year full warranty) This service and support agreement for this system while under warranty should include the following services during the first year of system ownership Technical Support: -Priority telephone support during normal business hours -All software updates, but not upgrades, during the warranty period -Damaged CD replacement on warranted software -FAQ and literature access Web Support Agreement (WSA) should include the following: -Access to secure website under one user log-in -Priority support web based help desk -Access to scheduled Webinars, application & product information (English) -On-line access to calibration certificates, not currently available for CEAST systems and Instruments -E-mail notificatons of software update availability -Software updates available via internet download On-site Support: -Parts, labor and travel for repair, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of Transportation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of Transportation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Please review and agree to the attached document entitled provisions and clauses. The product must be delivered 70 days after receipt of order. Only quotes submitted by Small Businesses will be accepted by the Government Any quote that is submitted by a contractor that is not Small Business will not be considered for award The product can be the same or equivalent to the attached specification document government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation deemed the lowest price technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF717Q00037_01/listing.html)
 
Place of Performance
Address: Kings Point, NY 11024
Zip Code: 11024
 
Record
SN04625270-W 20170813/170811232203-eedb4493880cd4d9ac5fb9a60dc71fa0 (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.