|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 66 -- UPGRADE OF ONE INSTRON 1120 SERIES SOL RFQ# FBICU627630 DUE
060800 POC Angela M. Brown, Contract Specialist, 202-324-5286 This is
a combined synopsis/solicitation for commerical items prepared in
accordance with the format in Federal Acquisition Regulation (FAR)
Subpart 12.6, as supplemented with additional information included in
this notice. The announcement constitutes the only solicitation;
quotations/bids are being requested and a written solicitation will not
be issued. This solicitation is being issued as a Request for Quotation
(RFQ) #FBICU627630, the provisions and clauses incorporated are those
in effect through Federal Acquisition Circular #97-16. This
solicitation is being conducted under the Simplified Acquisition
Procedures (SAP). The Standard Industrial Classification Code is 3829
and the business size standard is 500 employees. This will be a
Firm-Fixed price contract. The Government contemplates awarding a
contract for replacement of the current operating electronics on an
Instron Model 1120 Universal Testing Machine by a computer and manual
controllable, user interface and new hardware for use with the load
frame. The contractor shall supply an instrument control panel which
shall incorporate the following features/functions: push button
controls and user interface, digital crosshead control system with
fully variable speed control, integrated closed-loop digitial control
and data acquisition electronics, crosshead extension and load
measurement channels, two strain channels will be incorporated, live,
liquid crystal diode displays of load, extension, and strain,
automatic, one touch, recognition and calibration of load and strain
transducers, panel will be spill and dirt resistant, autoranging
feature for optimal data resolution, the digital accuracy shall comply
with ASTM E4 specifications, user selectable speed from the panel,
user selectable out put units including: standard international,
metric, and US customary, allow automatic pretensioning of specimens,
have on-board diagnostics and self test on power up, crosshead jog
buttons for fast crosshead movement and test setup, include an RS-232
printer port allowing printout of test data, an IEEE-488 interface card
will be supplied for computer control, an operators manual shall be
included, operate on 120VAC power; the contractor shall supply a
computer and software for controlling the Instron Model 1120 Universal
Testing Machine via the control panel: systems workstation shall be an
IBM compatible computer with the following requirements: a Pentium II
(or III) computer with a 350 MHz or faster CPU with 512K cache, to
include at a minimum 64MB 100 MHz SDRAM (and be expandable to a minimum
of 384MB), a 3.5: 1.44MB floppy drive, a 3.2GB hard drive, a 32X
CD-ROM, three 32 bit PCI slots, one 16 bit ISA alot, one AGP slot, a
17: or larger, high resolution SVGA monitor, a 104 +keypad, a mouse, a
mousepad, a color printer and a graphics accelerator card, it shall
operate on a 120V, 60hz AC power, it shall include a licensed copy of
the Windows98 operating system; General Specifications: one (1) Instron
4400 series update package for Instron system; Series IX Version8
software and hardware for Windows 95 package; Wedge action grips, 5kN
capacity; faces, flat serrated; faces, Vee serrated; Compression
Anvils; diameter; Type B 120 kip Fastener Grips package; Strain gauge
extensometer with 0.5 inch gage length; Non-Contacting Video
Extensometer package for Instron system; includes Certified Update
on-site installation for retrofit packages; All components and software
provided shall be "Year 2000" compliant. -- FOB -- Cheverly, MD. The
following FAR clauses are incorporated by reference and applies to this
acquisition: FAR 52.212-1 Instruction to Offerors-Commerical Items; FAR
52.212-4 Contract Terms and Conditions-Commerical Items (March 1999).
Each offeror shall include a completed copy of the FAR provisions at
52.212.3- Offeror Representation and Certifications (Feb 2000) with its
offer. All proposals shall be submitted to the address listed on line
number seven no later than 4:00 p.m. EST, 6/08/00. All quotations shall
be clearly marked with RFQ #FBICU627630. All offerors are hereby
notified that if your quotations are not received by the date/time and
at the location specified in this announcement, that it will be
considered late/nonresponsive. The Point of Contact for all information
regarding this acquisition is Ms. Angela M. Brown, Contract Specialist,
at the address and phone number listed above. Quotations can also be
faxed to (202) 324-0570. A technically acceptable quotation must
clearly show that the offeror can meet the minimum requirement of the
Government. Award to be made within two (2) weeks after closing.
Referenced FAR clauses can be accessed for review on the Internet at
the following website: http://www.gsa.gov/far. Posted 05/25/00
(W-SN458858). (0146) Loren Data Corp. http://www.ld.com (SYN# 0287 20000530\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|