Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384

Centers for Disease Control and Prevention (CDC), Procurement and Grants Office, 2920 Brandywine Road, Colgate Building, Atlanta, Georgia 30341-4146

66 -- UPGRADE OF CONTROL SYSTEM OF TWO INSTRON CGS ELECTO-HYDRAULIC TEST MACHINES SOL 1999Q00207 DUE 072999 POC Dorothy Reed-Penix, Lead Purchasing Agent, (770) 488-2622 The Centers for Disease Control and Prevention (CDC), in conjunction with the National Institute for Occupational Safety and Health (NIOSH), Spokane Research Laboratory, Spokane, Washington, contemplates awarding an order to upgrade the controllers and software for a 24,000-lb capacity Instron CGS Electro-Hydraulic Testing Frame and a 100,000-lb Instron CGS Electro-Hydraulic Testing Frame. Each test machine requires its own controller and software, however, both machines run off the same hydraulic power supply. I . General Specifications: (1) Servo-hydraulic closed loop control for both frames shall be provided by the use of a digital controller that provides complete control of the servo-loop, data acquisition, and function generation. The system must be equipped with an axial displacement channel, and a load channel. These channels shall be usable for control and data acquisition. For the 1,000,000-lb machine, the controller must be equipped to sense differential pressure; that is, it must read pressure transducers on both sides of the cylinder, and use the difference for calibration of applied load. A slave conditioner may be necessary to accomplish this. (2) All components and software provided shall be "Year 2000" compliant. (3) The servo-hydraulic test system shall be run by a personal computer workstations on Windows NT platform provided by the government (Pentium III, 500 MHz) . (4) The system shall have the capability to be programmed by the operator using a standard library of procedure calls designed specifically for real-time control of the system. (5) The system shall have the capability for fully-automated materials testing with the software application program(s). The software application programs shall run under Microsoft Windows NT operating systems. (6) An actuator panel, which is separate from the main controls, shall be mounted to the load frame or on a stand. (7) All instruments shall be calibrated in all ranges. Load calibrations shall conform to ASTM E4 standards. Displacement calibrations will conform to ASTM E83 standards. (8) A double set of complete documentation shall be provided to NIOSH. (9) A Twelve-month warranty and service agreement on controller and software, including any software upgrades. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, 1999Q00207, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-08. This is a total small business set aside. The SIC code is 3577, with a size standard of 1,000 employees. The equipment and its components shall be delivered not later than 45 days after receipt of order to National Institute for Occupational Safety and Health (NIOSH), Attn.: Thelma Blake, 315 E. Montgomery, Spokane Research Lab, Spokane, WA 99207, FOB Destination. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The evaluation criteria stated in paragraph (a) of this provision are as follows: (1) technical capability of the proposed systems to meet the requirements stated herein, and (2) price. The system and upgrade must meet the requirements stated above to be considered for award. Award will be made to the Offeror proposing an acceptable system and upgrade at the lowest overall price. Offerors shall include a COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with your quote. The best way to complete this certification to download the FAR Clauses (Volume II) at http://www.arnet.gov/far/farziped.html, print out the clause 52.212-3, Offeror Representations and Certifications, and fill in the appropriate blanks. This certification must be sent in with your quote. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following FAR clauses are hereby added to this clause: 52.211-16, (0% increase, 0% decrease, all items); 52.225-11, and 52.247-35. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (7), (8), (9), (10), (11), and (14). See CBD Numbered Note (1). Quotes are due by 2:00pm, EST on July 29, 1999. Facsimile quotes WILL be accepted, provided the quote contains all requested information, and a signed hard copy is also provided via mail. Quotes shall be mailed to: Centers for Disease Control and Prevention; Contracts Management Branch; Attn.: Dorothy Reed-Penix; 2920 Brandywine Road, Room 3202; Atlanta, GA 30341. Facsimile quotes may be sent to: (770) 488-2670, Attn.: Dorothy Reed-Penix. The RFQ number 1999Q00207 shall be clearly marked on the envelope and/or facsimile cover page. All responsible sources that can meet the above requirements may submit a quote, which will be considered by the Agency. Posted 07/07/99 (I-SN351209). (0188)

Loren Data Corp. http://www.ld.com (SYN# 0322 19990709\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page