Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOLICITATION NOTICE

66 -- OPTICAL TABLE SYSTEMS

Notice Date
8/7/2020 11:53:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E520Q0029
 
Response Due
8/17/2020 10:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
Lisa Bernard, Phone: 2173734425
 
E-Mail Address
Lisa.A.Bernard@usace.army.mil
(Lisa.A.Bernard@usace.army.mil)
 
Description
This combined synopsis/solicitation for commercial items is prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested. The solicitation number W913E520Q0029 is being issued as a request for quotation (RFQ).� This requirement is available for full and open competition.� The associated North American Industry Classification System (NAICS) code 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables.� The small business standard size is 750 employees. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) has a requirement for �two (2) optical table systems, along with two (2) free-standing overhead shelf�s that� are required for acousto-optic measurements utilizing shadowgraphy, schlieren, and interferometry. Optical systems, enabling these measurement modalities, will utilize the optical table systems as a standard work surface and for vibration isolation. Furthermore, these tables will form an integral component of a future acousto-optical laboratory and will broadly support research objectives of direct, and reimbursable, basic and applied research projects on acoustics and acousto-optics.� The required specifications are listed below: Optical Table Requirements (Each): The optical table must have a width, length, and thickness of 58 � 1, 120 � 1, 18 � 1 inches. �The optical table must have a stainless steel top, steel sidewall, steel honeycomb, and steel bottom. �The optical table must be bonded with aerospace-grade epoxy. �The optical table must have 1/4""-20 countersunk threaded holes on 1-inch centers. �The optical table must have a spill management system. �The optical table must have a corner, first resonant frequency greater than 150 Hz. �The optical table must have a corner, first resonant compliance no greater than 10 ? in/lbf. Optical Table Support Requirements (Each): The optical table support must have the following vibration isolation characteristics: Vertical and horizontal natural frequencies must be no greater than 2 Hz. Isolation efficiency at 5 Hz must be 85% or greater. solation efficiency at 10 Hz must be 90% or greater. The optical table support must have a gross load capacity at least twice the weight of the optical table. The optical table support must have a height such that the table-working surface is 36 � 1.5 inches above ground. The optical table support must be self-leveling. The optical table support must have braces and casters. Overhead Shelf Requirements (Each): The overhead shelf must have a span compatible with the length of the table (120 � 1 inches). The overhead shelf must have locking casters. �Delivery Requirements: Shipped to the Cold Regions Research and Engineering Laboratory (CRREL), 72 Lyme Rd., Hanover, NH 03755. Please reference the attached RFQ for applicable provisions and clauses. The Government intends to award a firm fixed-price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) responsible quote. The following factors shall be used to evaluate offers: ability to meet the Government�s required specifications; and price. Please provide responses to this notice, no later than Monday, 17 August 2020, 12:00 PM, Central Daylight Time (CDT) to:� Lisa.A.Bernard@usace.army.mil.� Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/880e929fab3a4b3891406d353b573832/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN05749791-F 20200809/200807230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.