|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1999 PSA#2387NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 66 -- FRAME UPGRADE, CALIBRATION AND CONVERSION SOL RFQ3-127344 DUE
071699 POC Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756,
Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov WEB: Click here
for the latest information about this notice,
http://nais.nasa.gov/EPS/GRC/date.html#RFQ3-127344. E-MAIL: Marilyn D.
Stolz, Marilyn.D.Stolz@grc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 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 procurement is being conducted
under the Simplified Acquisition Procedures (SAP). This notice is being
issued as a Request for Offer (RFO) for: Item 1: one upgrade to an
existing Government-owned Instron Load Frame by: upgrading all
electrical and mechanical systems, calibration of load frame and 1,000
and 20,000 pound load cells, and conversion of the load cells to
electronic calibration; Item 2: installation, checkout and training,
and Item 3: software/system operation support per the attached
specifications. Item 1 Upgrade of Instron Load Frame and Load Cells
model TT-C-L-M-1-3, serial number 559, shall be upgraded to computer
control and data acquisition as follows: The contractor shall provide
all electrical, electronic and mechanical upgrades as well as software
for accomplishing this upgrade. Load Frame Mechanical And Electrical
Upgrade: 1. All existing electronics shall be removed from the load
frame. The appropriate panels shall be replaced to eliminate the
resulting holes. 2. All columns, column covers, the fixed and moving
crossheads, base plate and base shall be removed from the frame, sanded
and painted with an industrial grade paint and powder coating system.
3. All bearings shall be replaced. 4. A solid state drive system with
two drive ranges shall be installed. In high speed the crosshead speed
range shall be 0.02 to 20 inches per minute;. in low speed the
crosshead speed range shall be 0.002 to 2.0 inches per minute. 5. All
necessary cables, electrical modifications and adjustments shall be
made to the load frame. The frame shall operate on 120 VAC following
upgrade. 6. Replace and upgrade encoder, power supplies, servo
amplifiers, belts, clutch drive boards, resolver and totally rebuild
gear box. 7. Add pneumatic clutch shifter for high and low speeds.
Shifter to operate using 90-120 psi air pressure. Software And DAQ
Upgrade: 1. Provide GMCC hardware and systems software or equivalent to
provide full machine control and data acquisition. 2. Install GFCC
machine control electronics and software or equivalent. Upgrade to
include: a) One load conditioner channel b) One strain conditioner
channel c) Optical encoder conditioner channel d) Machine control
electronics and software e) All necessary interface cables including
cable for MTS 632 and 634 series clip-on and 632.54 high temperature
extensometers f) TestWorks Version 4.0 for Windows (computer provided
by Government to have Windows NT 4.5 operating system). g) Handset to
control crosshead positioning. Handset to have magnet backing to allow
placing the handset on the load frame. Load Cell Calibration and
Upgrade: 1. On-site calibration of two load cells, one 1,000 pound
capacity and one 20,000 pound capacity, on therefurbished load frame.
2. Convert two load cells, one 1,000 pound capacity and one 20,000
pound capacity, to electronic calibration and change to 15 pin plug for
operation with refurbished load frame. Item 2 on-site installation,
checkout and training. The Contractor shall perform the installation of
the upgraded load frame at GRC and shall checkout the load frame
demonstrating that it performs all functions it was intended to
perform. The Contractor shall then perform 2 days of basic operator
instruction at the Glenn Research Center and provide any advanced
training required at the Contractor's facility for one operator within
one year of completion of installation.. Item 3 phone support. The
Contractor shall provide 1 year of telephone technical support should
the Government require hardware or software assistance.
Government-Furnished Property Within 15 days of award of contract, the
Government shall ship the load frame to the Contractor for
refurbishment. At the request of the Contractor, the Governmentshall
also provide the computer for the DAQ and control system. The
provisions and clauses in the RFQ are those in effect through FAC
97-11. This procurement is a total small business set-aside. See Note
1. The SIC code and the small business size standard for this
procurement are 3829 and 500, respectively. The quoter shall state in
their quotation their size status for this procurement. All qualified
responsible business sources may submit a quotation which shall be
considered by the agency. Delivery to NASA Glenn Research Center, 21000
Brookpark Road, Cleveland, Ohio 44135 is required within 60 days ARO.
Delivery shall be FOB Destination. The DPAS rating for this procurement
is DO-C9. Offers for the items(s) described above shall be received at
the above stated NASA address, Attn: Marilyn Stolz, MS 500-306 by the
date/time specified above and and include, solicitation number, FOB
destination to this Center, proposed delivery schedule,
discount/payment terms, warranty duration (if applicable), taxpayer
identification number (TIN), identification of any special commercial
terms, and be signed by an authorized company representative. Quoters
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer.
Offerors shall provide the information required by FAR 52.212-1. If the
end product(s) quoted is other than domestic end product(s) as defined
in the clause entitled "Buy American Act -- Supplies," the quoter
shall so state and shall list the country of origin. The
Representations and Certifications required by FAR 52.2l2-3 may be
obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference; 52.222-3, Convict Labor (E.O.
11755); and 52.233-3, Protest after Award (31 U.S.C 3553),52.222-21,
Prohibition of Segregated Facilities (Feb 1999),52.222-26, Equal
Opportunity (E.O. 11246),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),52.225-3, Buy American Act -- Supplies
(41 U.S.C. 10),52.225-18, European Union Sanction for End Products
(E.O. 12849),52.225-19, European Union Sanction for Services (E.O.
12849),52.225-21, Buy American Act -- North American Free Trade
Agreement Implementation Act -- Balance of Payments Program (41 U.S.C.
10, Pub. L. 103-187),52.232-33, Payment by Electronic Funds Transfer
-- Central Contractor Registration(31 U.S.C.3332), 52.222-41, Service
Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.),52.222-42,
Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41
U.S.C. 351, et seq.),52.222-43, Fair Labor Standards Act and Service
Contract Act -- Price Adjustment (Multiple Year and Option Contracts)
(29 U.S.C. 206 and 41 U.S.C. 351, et seq.),52.222-44, Fair Labor
Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C.
206 and 41 U.S.C. 351, et seq.),52.222-47, SCA Minimum Wages and Fringe
Benefits Applicable to Successor Contract Pursuant to Predecessor
Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et
seq.). 1852.245-76 LIST OF GOVERNMENT-FURNISHED PROPERTY (October
1988): For performance of work under this contract, the Government will
make available Government property identified below of this contract on
a no-charge-for-use basis. The Contractor shall use this property in
the performance of this contract at the Contractor's facility and at
other location(s) as may be approved by the Contracting Officer.
Item/Qty/Acquisition Cost/Date to be Furnished to the Contractor 1.
load frame & control system/1 each/$70,000/15 days after award of
contract. 2. load frame computer/1 each/$1,500/15 days after award of
contract. (End of Clause) 1852.245-72Liability for Government Property
Furnished for Repair or Others Services, March 1989 is incorporated by
reference. Offers are due by close of business 4:30 p.m. July 16, 1999
to the identified bid distribution office, marked with this
solicitation number. Selection and award will be made on an aggregate
basis to the lowest priced, technically acceptable quoter. Technical
acceptability will be determined by information submitted by the quoter
providing a description in sufficient detail to show that the product
quoted meets the Government's requirement. It is critical that offerors
provide adequate detail to allow evaluation of their offer (see FAR
52.212-1(b). Offerors must provide copies of the provision at 52.212-3,
Offeror Representation and Certifications -- Commercial Items with
their quote. See above for where to obtain copies of the form via the
Internet. An ombudsman has been appointed -- See Internet Note "B". It
is the offeror's responsibility to monitor the following Internet site
for the release of amendments (if any):
http://procurement.nasa.gov/EPS/GRC/class.html. Potential quoters will
be responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Any referenced notes can
be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/12/99
(D-SN353112). (0193) Loren Data Corp. http://www.ld.com (SYN# 0344 19990714\66-0011.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|