Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1999 PSA#2387

NASA/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