Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,2000 PSA#2627

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- 600 KIP UNIVERSAL TEST MACHINE SOL 1-057-RCD.1089 DUE 070500 POC B. Terry Cobb, Contract Specialist, Phone (757) 864-2129, Fax (757) 864-6966, Email t.g.cobb@larc.nasa.gov -- Roberta I Hollifield, Contract Specialist, Phone (757) 864-2521, Fax (757) 864-6131, Email r.i.hollifield@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-057-RCD .1089. E-MAIL: B. Terry Cobb, t.g.cobb@larc.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. SPECIFICATIONS FOR A 600 KIP UNIVERSAL TEST MACHINE 1 EACH 1.0 Introduction The test machine shall be capable of applying 600,000 pounds axial force in tension or compression. The machine shall be a servo hydraulic materials test system and shall include all components necessary for complete system operation, including a load frame, electronic controls, hydraulic power supply, cables, plumbing and all necessary fittings and connectors. 2.0 Loading Unit 2.1 General 2.1.1 The system shall include a dual space load frame, hydraulic actuator, and a stroke measurement transducer. Load measurement shall be accomplished by summing three load cells arranged symmetrically around the load centerline. 2.1.2 The loading unit shall be capable of applying tension and compression forces of at least 600,000 lbs, and displacements of at least 12 inches. 2.1.3 The loading unit shall be freestanding for installation on a standard concrete floor. 2.1.4 The servo-valve shall be sized to produce the maximum displacement rate. It shall include filtration and a solenoid operated dump valve for fast unloading. A hydraulic servo manifold integrating these features shall be supplied. 2.1.5 The test machine shall be complete with a hydraulic power source that provides a maximum hydraulic pressure of 2250 psi. Auxiliary pressure and return ports shall be supplied. 2.2 Load Frame 2.2.1 The load frame shall consist of two solid fully closed crossheads, a 36"x36" loading table, and a 36"x36" platen which is adjustable to insure parallelism with the table. Tension loads shall be applied between the two crossheads. Compression loads shall be applied between the loading table and compression platen. 2.2.2 Horizontal spacing between the columns shall be at least 36 inches. 2.2.3 Total height of the load frame shall not exceed 219 inches. 2.2.4 The load frame compression opening between platens shall be at least 90 inches. The load frame tension opening shall be at least 90 inches. 2.2.5 Crossheads shall have wedge grip pockets capable of holding grips rated at full frame capacity. 2.3 Operational Controls 2.3.1 Shall have rapid acting lever-valve for quick and convenient pre-test hydraulic actuator positioning and fast post-test unload return. 2.3.2 Shall have 2 each indexed hydraulic control valves for precise hydraulic actuator movement during test load and unload control. 2.3.3 Shall have closed-loop servo control with PID control for load, position and strain (if equipped with appropriate strain channels and extensometers) 2.3.4 Shall have digital position encoder to measure piston/table displacement with accuracy of +/- 0.0005 inch anywhere within actuator stroke range. 2.3.5 Shall have load measurement load cells (3 each) mounted symmetrically around the load centerline between the hydraulic load actuator and lower loading platen, with the total load sampled in the control hardware. Each of the 3 load cells shall have mechanical compression overload protection built in, to engage at approximately 125% of each load cell capacity. 2.3.5.1 Shall be a single range system to eliminate range crossover transients. 2.3.5.2 Shall have load measurement accuracy of: +/- 1.0% of reading down to 1/250 of load cell capacity, +/-0.5% of reading down to 1/100 of load cell capacity, +/- 0.4% of reading down to 1/18 of load cell capacity. 2.3.5.3 Test machine shall be delivered with inplace load calibration data sheets for load calibration range showing a minimum of 2 each calibration data runs. 2.3.6 Shall have PC, software, and hardware to provide direct digital control of load, position and strain. 2.3.6.1 Shall have bumpless PID control-mode transfer between load, position and strain. 2.3.6.2 Shall have test abort and hold/resume capability 2.3.6.3 Shall have automatic return to start capability 2.3.6.4 Shall sample control feedback signal at a minimum rate of 40 khz with 500 hz synchronous data logging on all channels. 2.3.6.5 Display shall be provided for load, stroke, and other control functions including, but not limited to, peak values and rate of change values. 2.3.6.6 Control system shall have system monitor to provide operator testing conditions display 2.3.6.7 Hydraulic pump, cross head and other controls shall be mounted readily available and insight of operator 2.3.6.8 Controls shall be 16 bit or greater resolution 2.4 Hydraulic Power Source and Controls 2.4.1 Hydraulic pump shall be mounted, self contained, inside a 48" wide x 36" deep console with control items (2.3.1 through 2.3.3) mounted on or as part of the console. 2.4.1.1 Hydraulic pump console shall have 48 x 36 desktop to serve as location for computer system/indication cabinet and manual control locations. 2.4.1.2 Hydraulic power supply shall be compact design, pump andmotor mounted on reservoir. 2.4.1.3 Shall have auto hydraulic safety relief valve to limit oil pressure. 2.4.1.4 Shall have combined sight gage for temperature and oil level. 2.4.1.5 Shall have horsepower limiting valve to reduce heat generation. 2.4.1.6 Shall have magnetic rod in reservoir to reduce oil contamination. 2.4.1.7 Shall have maximum pressure output of 2250 PSI. 2.4.1.8 Shall have hydraulic service manifold. 2.4.1.9 Shall have servo valve, filtration, solenoid activated dump valve. 2.4.1.10 Shall have auxiliary pressure and return ports to power accessories such as hydraulic grips or other actuators. 3.0 Delivery and Customer Review 3.1 The test machine shall be delivered and installed on-site complete with the following: 3.1.1 All installation services with the exception of electrical service installation and rigging services for unloading and positioning equipment on-site. 3.1.1 Demonstration of operation prior to acceptance by NASA research personnel. 3.1.2 Manuals, specifications and documentation for all supplied hardware, equipment, and software including operational procedures, drawings and electrical / electronic schematics. 3.1.3 Operational training on-site for two days for a minimum of 10 people. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The provisions and clauses in the RFQ are those in effect through FAC 97-18. 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/LARC, Hampton, VA 23681 is required within 18-20 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by JULY 5, 2000, no later than 4:00 PM and may be mailed, faxed or emailed to NASA/LaRC, attn: Ms. Terry Cobb, M/S 126, 9 Langley Blvd., Bldg. 1195A, Room 214, Hampton, VA 23681; fax number is 757-864-6966, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN),Cage Code, 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 quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 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. Addenda to FAR 52.212-4 are as follows: 52.213-2, 52.219-6,52.247-35, 1852.215-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35,52.222-36, 52.222-37, 52.225-5, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted via email no later than JUNE 27, 2000. Phone calls will not be accepted. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters 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 NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Note: **Advance Payments are not authorized. **Quoters must provide past performance/references. Please include company name, point of contact, and telephone numbers. **For a complete evaluation, please provide along awith quote, literature that explains how the product meets NASA specifications. Posted 06/20/00 (D-SN466381). (0172)

Loren Data Corp. http://www.ld.com (SYN# 0247 20000622\66-0009.SOL)


66 - Instruments and Laboratory Equipment Index Page