|
COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1999 PSA#2356Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center
Aircraft Division, Patuxent River, MD 20670-5304 66 -- TEXTILE TENSILE TESTING MACHINE SOL N00421-99-Q-1127 DUE 061099
POC Susan Cusic, Contract Specialist, 301-757-8940 E-MAIL:
CusicSM@navair.navy.mil, CusicSM@navair.navy.mil. The Naval Air Warfare
Center Aircraft Division has a requirement for Textile Tensile Testing
Machine, 1 each. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format prescribed in
the Federal Acquisition Regulation (FAR), Subpart 12.6 and FAR Part 13,
as supplemented with additional information included in this notice.
This announcement constitutes the ONLY solicitation for which proposals
are being requested and a written solicitation will not be issued.
Solicitation Number N00421-99-Q-1127 is issued as a Request For Quote
(RFQ). The incorporated document and provisions and clauses are those
in effect through Federal Acquisition Circular, FAC 97-11 and Defense
Acquisition Circular, (DAC) 98-01 and Defense Change Notice (DCN)
98-1014. The applicable SIC is 3829 and the small business size is 500
employees. All changes to the solicitation shall be sent
electronically to the Commerce Business Daily as amendments. The Naval
Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD
intends to issue a Firm Fixed Price (FFP) order for this procurement.
The equipment shown below shall comply with diagrams and descriptions
as specified by the American Society of Testing Materials (ASTM) test
standards. Test standards can be obtained from The American Society of
Testing Materials, 1916 Race Street, Philadelphia, PA 19103-1187. CLIN
0001 -- Tensile Testing Machine of the constant rate of extension (CRE)
type appropriate for assessing the strength of textiles. The apparatus
shall be brand name or equivalent to INSTRON 4467. The machine shall
conform to ASTM D76 with respect to force indication, working range,
capacity, and elongation indicator, and designed for operation at a
speed of 300+/- 10 mm/min (12 +/- 0.5 in/min); or a variable speed
drive, change gears, or interchangeable weights as required to obtain
the 20+/- 3s time-to-break. The system shall include jaws and grips
necessary for conducting ASTM D -1683, -2256, -2261, -2262, -5034,
-5035 within the reliability requirements set by those standards. The
system shall be capable of measuring the tensile strength of threads
(minimum 3 pounds break strength) as well as webbings (6000 pounds
break strength). The machine shall include a temperature chamber (brand
name or equivalent to INSTRON 3119-005) with roller mounts, upper and
lower pullrods, and cooling module (-95F to 480F temperature range),
and a personal computer with printer and GPIB interface. Requirements
for the tensile testing machine (same as or equivalent to Instron
4467): Transducer self-recognition; electrically calibrated
transducers; auto-ranging transducer; manual control panel Load
Capacity of 6750 lbf -- Speed range: 0.00004 -- 20 in/min -- Max force
at full speed: 6750 lb -- Max speed at full load: 20 in/min -- Return
speed: 24 in/min -- Position measurement accuracy: +/-0.10mm --
Position control resolution: 0.057-0.054 micrometer -- Crosshead speed
accuracy +/-0.1% of set speed -- Frame Stiffness: 570,000 lb/in --
Load Measurement Accuracy: +/- 0.5% of reading down to 1/50 of load
cell capacity -- Total Crosshead Travel: 44.6 +/-0.1 in -- Maximum
power reqmt: 600VA -- Single phase voltage: 120V -- Operating
Temperature: +50 to +100 deg F -- Electrical Supply Requirements: Power
supply must be free of spikes, surges or sags exceeding 10% of the
average voltage -- Operation Mode: Screw-driven -- Operating
Atmosphere: Normal laboratory 70 degrees +/- 2 d F, 65% +/- 1% RH --
Data Analysis: The system shall include hardware and software for
automated test set-up, control, data reduction, result generation, and
report preparation. Computer hardware shall be IBM clone PC compatible
using the Microsoft Windows operating system. Software shall be Y2k
compliant. -- Accessories: System shall include jaws and grips. System
shall include tools as needed for maintenance. -- Maintenance:
Calibration frequency, maintenance actions shall be minimal. -- Safety:
Movement mechanism will be contained such that risk of entanglement or
other injury is minimized. -- Requirement for Temperature Chamber:
Power: 240/120V, 50/60 Hz, 2.4KVA maximum -- Heating and Cooling times
to max and min temperatures: < 30 min -- Recovery time to max and
min temperature, door open 2 minutes: 5 minutes -- Temperature
Stability: +/-4 deg F -- Temperature gradient: +/-1% of set point after
10 minutes stability time -- Max temperature overshoot: 4 deg F --
Requirements for Software: Results and graphics on same screen --
Reanalysis capability -- Batch statistics -- On-line hyper test help --
User-definable data sampling -- User programmable module -- Acquisition
and analysis of tension, compression, flexural. Peel, tear and friction
applications for ASTM test methods -- Automatic test report generation
after test completion. All items shall be delivered FOB Destination
within 120 days after contract award. Inspection and acceptance shall
be made at destination. The contractor shall DELIVER TO: Receiving
Officer, Supply Department, Bldg. 665, 47179 Vaughn Road Unit NASSU,
Naval Air Station, Patuxent River, MD 20670-1614 between the operating
hours of Monday through Friday 0700 to 1330. FAR 52.212-1 Instructions
to Offerors -- Commercial Items (AUG 1998) and DFARS 252.211-7003 Brand
Name or Equal (Dec 1991) are incorporated by reference and applies to
this acquisition. Within FAR 52-212-1, any reference to "offer" is
changed to read as "quote". The provision at 52-212-2 Evaluation --
Commercial Items (JAN 1999) does not apply to this acquisition.
Instead, the following information will be used for evaluation of
offerors: An award shall be made to that responsible offeror submitting
a technically acceptable quote and offering the lowest evaluated price.
Price shall be the deciding factor among technically acceptable quotes.
Technical acceptability will be determined solely on the content and
merit of the information submitted in response to this provision as it
compare to the minimum characteristics provided above in CLIN 0001.
Therefore, it is essential that offerors provide sufficient technical
literature, documentation, etc., in order for the Government evaluation
team to make an adequate technical assessment of the quote as meeting
technical acceptablility. Price shall be the deciding factor among
technically acceptable quotes. The offeror shall provide backup
information to support the quoted price (e.g. a copy of the current
catalog or established price list, three invoices for the same
equipment, etc.). Before the specified expiration date of an offer, the
Government may accept the quote (or part of the quote) regardless if
there are negotiations after its receipt, unless a written notice of
withdrawal is received prior to award. The successful offeror may be
requested to provide a written letter of acceptance within five days of
order issuance. Each offeror shall include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items (FEB 1999) with its proposal. FAR
52.212-4 Contract Terms and Conditions-Commercial Items (APR 1998) is
incorporated by reference and applies to this acquisition. The
following clause applies to this synopsis/solicitation and any
resulting contract: Clause 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
(MAY 1999) (a) The Contractor agrees to comply with the following FAR
clauses, which are incorporated in this contract by reference, to
implement provisions of law or executive orders applicable to
acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O.
11755); and (2) 52.233-3, Protest after Award (31 U.S.C 3553),
52.247-34-FOB Destination (NOV 1991). (b) The Contractor agrees to
comply with the FAR clauses in paragraph (b) which the contracting
officer has indicated as being incorporated in this contract by
reference to implement provisions of law or executive orders applicable
to acquisitions of commercial items or components. For paragraph (b)
only the following clauses apply to this acquisition:
52.203-6-Restrictions on Subcontractor Sales to the Government, with
Alternate I (41 U.S.C. 253g and 10 U.S.C. 2401), 52.222-21-Prohibition
of Segregated Facilities (FEB 1999), 52.222-26-Equal Opportunity (E.O.
11246) Alternate I, 52.222-35-Affirmative Action for Disabled Veterans
and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36,
Affirmative Action for Workers with Disabilities (29 U.S.C. 793),
52.222-37-Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212), 52.225-18-European Union Sanction for End
Products (E.O. 12849), 52.232-33-Payment by Electronic Funds Transfer
-- Central Contractor Registration (31 U.S.C. 3332), 52.239-1-Privacy
or Security Safeguards (5 U.S.C.552a) As Amended (41 U.S.C.351, et
seq.), DFARS clause 252.212-7001 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (JAN 1999) is incorporated by
reference, however, for paragraph (b) only the following apply:
252.225-7001-Buy American Act and Balance of Payments Program (41
U.S.C.10a-10d, E.O. 10582), 252.225-7007-Balance of Payments Program
(_Alternate I)(41 U.S.C. 10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301
note), 252.227-7015 -- Technical Data -- Commercial Items (10 U.S.C.
2320), 252.227-7037-Validation of Restrictive Markings on Technical
Data (10 U.S.C. 2321). Any questions regarding this solicitation must
be emailed to: CusicSM@navair.navy.mil by June 1, 1999. No telephone or
faxed questions will be accepted. RFQ responses are DUE NO LATER THAN
2:30 PM Eastern Standard Time on JUNE 10, 1999 to: Contracts Bldg. 441,
ATTN: Susan Cusic/Code 254222, NAVAIRSYSCOMHQ, 21983 Bundy Road, Unit
7, Patuxent River, MD 20670-1127. All responsible sources may submit a
quote which shall be considered by the agency. For general information
regarding this RFQ, contact Susan Cusic (301) 757-8940. FAR provisions
and clauses, including FAR 52.212-3, can be found at internet site:
http://www.arnet.gov/far. NOTE: Contractors must be registered in the
Central Contractor Registration (CCR) database to be eligible for
contract award or payment from any DOD activity. Information on
registration and annual confirmation requirements may be obtained by
calling 1-888-227-2423, or by accessing the CCR web site at
http://ccr.edi.disa.mil/. Posted 05/26/99 (W-SN336157). (0146) Loren Data Corp. http://www.ld.com (SYN# 0363 19990528\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|