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