Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1,1995 PSA#1464

NASA Langley Research Center, MS 144, Industry Assistance Office Hampton, Va. 23681-0001

H -- FORCE AND STRAIN MEASURING INSTRUMENTATION SUPPORT SERVICES POC NASA Langley Research Center, Industry Assistance Office, MS 144, Hampton, VA 23681-0001. Firms are being sought to furnish the necessary resources to provide Force and Strain Measuring Support Services to NASA Langley Research Center (LaRC), Hampton, Va. The services to be provided include: (1) Force Transducer Design and Evaluation including engineering design of strain gage type force measuring transducers (force balance, load cells and tension links) and related accessories, related engineering studies and analyses, preparation of design-related documentation such as formal detailed design drawings, calculation and calibration data, monitoring the development phases of the designed force transducer accessories through final laboratory calibration and evaluation, and assessing the results to ensure the achievement of required performance characteristics and evaluating and monitoring the use and performance of force transducers, (2) Force Transducer Fabrication including fabricating, modifying or repairing force measuring transducers, such as balances, load cells and tension links and fabricating, modifying or repairing calibration fixtures, access adapters and related calibration equipment, (3) Strain-Gage Application including applying strain gages on single/multicomponent transducers, structural specimens or research apparatus, attaching compatible lead wires, providing temperature compensation and moisture proofing of strain-gage installations, installing or repairing thermal conditioning devices such as cooling tubes/shields/jackets, miniature bellows, and heater strips, providing special clamps for mounting the gages, testing/inspecting new strain-gages and special connectors, including those purchased by the Government, to ensure compliance with procurement specifications, (4) Force Transducer Calibration including calibrating single/multicomponent strain gage type force measuring transducers in static calibration stands or in semiautomatic, hydraulic/pneumatic sting balance calibration machines provided by the Government, (5) Force ransducer Installation and Trouble-Shooting including installing and troubleshooting strain-gage force measuring transducer systems and related accessories to include connecting interface wiring between force transducers and permanent wind tunnel instrumentation, performing sensitivity verification checks and troubleshooting of force- transducer-system at the test site, (6) Maintenance of traceability for a required LaRC Force Measurement Metrology Standards which incorporates Calibration, Device Maintenance, and Repair including Calibration, Device Maintenance and Repair including inspecting, cleaning, calibration, and adjusting devices such as load cells, torque wrenches, test weights, and scales, (7) Force Transducer Exigency Requirements including reporting to designated LaRC test facilities in an expedient manner to perform exigency requirements with the services specified above. The Contractor shall be prepared to perform this exigency work on a 24-hour, 7-day-week basis. It is anticipated that the contract effort will require a staff of people consisting of design engineers, instrument fabrication technicians, strain gage technicians, calibration instrument technicians. The majority of the effort will be performed at the Contractor's facility, however, frequent visits to LaRC facilities and laboratories will be necessary to satisfy delivery order requirements. Multiple awards and performance based ID/IQ contracts are contemplated incorporating both cost-plus-fixed-fee and fixed price delivery orders. The total potential period of performance is 5 years including options to commence October 1, 1996. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined as follows: (1) Any item, other than real property, that is of a type customarily used for nongovernmental purposes and that: (a) Has been sold, leased, or licensed to the general public, or (b) Has been offered for sale, lease, or license to the general public, (2) Any item that evolved from an item described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in tie to satisfy the delivery requirements under a Government solicitation, (3) Any item that would satisfy a criterion expressed in paragraphs (1) and (2) of this definition, but for--(a) Modifications of a type customarily available in the commercial marketplace, or (b) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. Such modifications are considered minor if the change does not significantly alter a commercial item's function or essential physical characteristics. Minor is not defined by the specific dollar value or percentage basis of the change, (4) Any combination of items meeting the requirements of paragraphs (1), (2), (3), or (5) of this definition that are of a type customarily combined and sold in combination to the general public, (5) Installation services, maintenance services, repair services, training services, and other services if such services are procured for support of an item referred to in paragraphs (1), (2), (3), or (4) of this definition, and if the source of such services--(a) Offers such services to the general public and the Federal Government contemporaneously and under similar terms and conditions, and (b) Offers to use the same work force for providing the Federal Government with such services as the source uses for providing such services to the general public, (6) Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market price for specific tasks performed under standard commercial terms and conditions. This does not include services that are sold based on hourly rates without a fixed catalog price for a specific service performed, (7) Any item, combination of items, or service referred to in paragraphs (1) through (6), notwithstanding the fact that the item, combination of items, or service is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor, or (8) A nondevelopmental item, if the procuring agency determines that the item was developed exclusively at private expense and has been sold in substantial quantities, on a competitive basis, to multiple State and local governments. You are requested to advise if you currently provide goods or services to the general public that coincide with this definition and provide literature which you believe meets or can be modified to meet the description. Further, if the requirement is considered to be commercial, provide any standard commercial terms and conditions, including any quality assurance practices that would normally apply to this requirement. Firms having the required specialized capabilities to meet the above requirements should submit a list of contracts performed or being performed in the above stated areas (provide contract numbers, contract values, cognizant contract personnel, and applicable telephone numbers on each contract), current financial statement, capability statement, and any other available descriptive literature. Responses shall be forwarded to NASA Langley Research Center, Industry Assistance Office, Mail Stop 144, Hampton, VA 23681-0001. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. The Standard Industrial Classification (SIC) code for this procurement is 8999 and the small business size standard is $5.0 million in average annual receipts for the previous three years. Based on the SIC code above, companies should indicated their size status (small or large) based on this standard. In addition, companies should indicate whether they are a socially or economically disadvantaged, 8(a) and/or women-owned business firm. The Government reserves the right to consider a small business set-aside or 8(a) set-aside based on the responses hereto. Closing date for submission of responses is 21 days from date of publication of this announcement. Questions regarding this requirement can be directed to Mr. Paul W. Roberts at (804) 864-4704/FAX (804) 864-7607. In responding reference SS245. (0303)

Loren Data Corp. http://www.ld.com (SYN# 0043 19951031\H-0001.SOL)


H - Quality Control, Testing and Inspection Services Index Page