Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- VIBRATION TEST SYSTEM SOL RQ99-041 DUE 091099 POC Brenda Goodwin, 304/285-5882; Contracting Officer, Rex S. Wolfe, Jr., 304/285-5883 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; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Proposal No. RQ99-041. This procurement is being issued unrestricted. The Standard Industrial Classification is 3829 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. The National Institute for Occupational Safety and Health (NIOSH) in Morgantown, WV has a requirement for ONE (1) EACH of a Vibration Test System to conduct laboratory tests for the study of hand-transmitted vibration. In order to simulate the vibrations generated from most type of power hand tools, the system should be proposed including all components needed to meet thefollowing specifications and requirements. SPECIFICATIONS: (1.0 ) General System Requirements The system should be able to provide simple, safe, accurate and reliable test environment; The system must be able to provide vibration signals for the hand-transmitted vibration tests such as those specified in ISO10819 (1996); and The system must be able to input vibration data (e.g. acceleration in ASCII format) measured from a power hand tool, and duplicate the measured vibrations using a close-loop control system. 2.0 Shaker and Amplifier -- (2.1) Basic requirements. -- Must be air cooled, Electro-dynamic shaker in conjunction with linear amplifier or digital switching amplifier; -- Maximum displacement: 1" or higher (greater than or equal to 24.50mm) pk-pk (Continuous), 1.25" or higher (greater than or equal to 31.75mm) pk-pk (Intermittent); -- Force rating (Sine): 250 to 300 lb. (1,110 to 1,340 N), pk; Force rating (Random): 150 to 200 lb. (670 to 890 N), rms; -- Maximum acceleration: 80g or higher; -- Max. velocity (sine): 70 in/sec (1.78 m/sec) pk or higher; -- Max. velocity (shock): 100 in/sec (2.54 m/sec) pk or higher; -- Useful frequency range: 5 to 4,000Hz (acceptable); 5-5,000 Hz (desired); -- Armature resonance: greater than 3,000 Hz; -- The power amplifier in the system should be able to accept signals generated from a signal generator to create sinusoid vibration when the shaker is operated manually. (2.2) Performance requirements. -- Random performance rating must meet ISO 5344; -- The shaker must be equipped with a rugged armature table for rigid attachment to a fixture or specimen; -- The shaker must have a pedestal base with vibration isolation from the surrounding test area standard; The armature suspension must be reliable and laterally stable. The shaker should also be able to work properly when the armature is loaded with a torque (less than or equal to 22 ft-lb. (30 N-m)) around the vertical axis of the armature table. A fixture should be able to be installed on the armature table easily. (3.0) Vibration Controller. The control system must be able to provide real time control and analysis for random and transient vibration of the shaker system. The control software must be user-friendly; When required, other software modules such as since, shock etc. should be able to be added to the system conveniently; The controller must have at least 4 parallel input channels, and convenient I/O panel with BNC connections for all inputs and outputs. The channels should be expandable to 8 channels when needed in the future. FAR Clause 52.211-9 "Desired and Required Time of Delivery" applies to this solicitation. The Government desires delivery within 4 months after receipt of order. If an offeror is unable to meet the desired schedule, it may without prejudicing evaluation of its offer, propose a different delivery schedule provided it does not extend beyond the Government's required schedule as follows: 6 months after receipt of order. Offers shall propose based on a delivered price, F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided must demonstrate the unit's ability to meet the stated Technical Criteria (specification) or your offer may be rejected. The Government anticipates one award to the responsive, responsible offeror whose proposal is considered most advantageous to the Government. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36 "Affirmative Action for Workers With Disabilities"; 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18 "European Community Sanctions for End Products." QUOTES ARE DUE SEPTEMBER 10, 1999, 2:00 p.m. local prevailing time. The offer acceptance period shall be at least 30 days. SUBMIT THE FOLLOWING INFORMATION TO: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV 26505: (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services containing Part Numbers and Pricing of individual items, a delivery schedule, and published price lists (if available); (3) completed Representations and Certifications -- Commercial Items, FAR 52.212-3; (4) Descriptive Literature, tables, etc. which demonstrate compliance with specifications for evaluation purposes; (5) shipping costs, if separately priced, and (6) acknowledgment of solicitation amendments,if any. Facsimile Offers are NOT authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Award of a fixed-price purchase order is anticipated. Answers to questions regarding this notice can be obtained from Brenda Goodwin at (304)285-5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency. Posted 08/19/99 (W-SN369984). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0347 19990823\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page