Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,1996 PSA#1621

Department of the Navy, NAWCAD Contracts Competency Division, MS 32, 22541 Millstone Road, Patuxent River, MD 20670-5304

44 -- ENVIRONMENTAL CHAMBER SOL N00421-96-R-1097 POC Cindy Leeds, Contract Specialist, Phone (301)342-1825 ext. 164, Fax: (301)342-1864; Joann Gough, Contracting Officer, Phone (301)342-1825 ex. 150. This is a combined synopisis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-96-R-1097 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-9. This will be a Brand-Name or Equal, Firm-Fixed price contract. This is not a small business set-aside. The applicable SIC code is 3829. The contract line item number is: CLIN 0001: MTS Systems Corp. or Equal High Temperature Environmental Chamber and supporting documents. The purpose of this chamber is to test materials at elevated temperatures and corrodent atmospheres. The specific requirements of the environmental chamber are as follows: (1) GENERAL SPECIFICATIONS: (a) Chamber must be physically and electronically compatible with the 810 Mechanical Test System, which has a 318.25 load frame and uses the 258.2 MicroConsole. (b) The chamber must accommodate MTS Model 646.10B Hydraulic grips or new grips shall be supplied by vendor. The grips must be functional at specimen testing temperatures of at least 1600 degrees Celsius and in vacuum. If new grips are not supplied by the vendor, then the Navy owned 646.10B grips must be modified by the contractor for high temperature applications. This includes all stainless steel connections and a new set of pistons and pushrods with bellows. (c) The chamber must include either a diffusion pump or a Turbomelecular pump so that a vacuum level of 5X10-6torr is obtained. (d) The chamber must operate at 2000 degrees Celsius in inert atmosphere and vacuum. (e) The chamber must consist of interchangeable heating zones and one zone will be supplied by the vendor with this package. The zone supplied by the vendor must be a super Kanthel heating zone and operate at 1600 degrees Celsius, which will be used for tensile testing of ceramics in air. The size of the hot zone must be within the range of 1.5 inches and 3 inches. (f) The package shall include complete accessories for inert gas control with a Gettering furnace for inert gas purification. (2) The following accessories are required with the appropriate feedthroughs: (a) Thermocouples for control and over temperature, (b) a high temperature (1600 degrees Celsius) Extensometer that can be used in both air and vacuum with a contact force no greater than 300 grams per rod, (c) and an optical pyrometer window port is required for temperature measurements. A closed loop water cooling unit shall be supplied by the vendor. COMPUTER: A computer shall be supplied by the vendor, 486, in either PC or Macitosh format. The variables required are time, temperature (from thermocouple and/or pyrometer), load (from load cell), and strain (from extensometer). The contractor shall deliver CLIN 0001 with data, which shall include the standard commercial full maintenance and operation manuals, within 120 days after contract award to: Receiving Officer, Supply Dept., Bldg. 665, M/S 31, Naval Air Station, Patuxent River, MD 20670, Attn: NAWCAD Aerospace Materials Divsion, Bldg 2188, M/S 3, Code 4.3.4. Inspection and acceptance shall be made at destination and certification of the equipment will commence when the equipment is fully operational and meets the technical and performance specifications. The vendor shall install the equipment on-site and train Navy personnel on the chamber's function and operation at NAWCAD, so that the Navy personnel can operate an experiment independently. Installation includes unpacking and placement of newly procured items. FAR 52.212-1 Instructions to Offerors -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation -- Commercial Items (OCT 1995) does not apply to this acquisition. Award shall be made to that responsible offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable proposals. To be technically acceptable, the offerors technical proposal must be evaluated as technically acceptable for each of the requirements listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government. The offeror shall provide backup information verifying the price offered, e.g. a copy of the current catalog, three invoices for the same equipment, etc.. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commericial (OCT 1995) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (SEP 1990), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (OCT 1995), 52.222-26 Equal Opportunity (APR 1984), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1994), 52.222-36 Affirmative Action for Handicapped Workers (APR 1994), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988), 52.225-3 Buy American Act-- Supplies (JAN 1994), 52.225-9 Buy American Act- Trade Agreements Act- Balance of Payments Program (JAN 1996). Additionally, each offeror shall include a completed copy of the Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications - Commercial Items (NOV 1995). The clause at DFAR 252.212-7001 Contract Terms and Conditions -- Commercial Items (NOV 1995) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 252.212-7001 (b): 252.225-7012 Preference for Certain Domestic Commodities (NOV 1995), 252.225-7014 Preference for Domestic Specialty Metals (NOV 1995), 252.225-7036 North American Free Trade Agreement Implementation Act (JAN 1994), 252.227-7015 Technical Data -- Commercial Items (NOV 1995), 252.333-7000 Certification of Claims and Requests for Adjustment or Relief (MAY 1994) WARRANTY: The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Govenment. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. This is a DO rated contract. Offers are due to the Receptionist, Contracts Competency Bldg 588, M/S 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304, by 2:30 pm eastern standard time 22 July 1996. All responsible sources may submit a proposal which shall be considered by the agency. For information regarding this solicitation contact Cindy Leeds, Code 2611CL, Phone (301)342-1825 ext. 164. (0171)

Loren Data Corp. http://www.ld.com (SYN# 0250 19960620\44-0001.SOL)


44 - Furnace, Steam Plant, Drying Equipment and Nuclear Reactors Index Page