Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 5,2000 PSA#2635

Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083

66 -- TENSIL TESTING MACHINE SOL N68335-00-R-0437 POC Fran McDermott (732) 323-2066 WEB: click here to download a copy of the RFP, http://www.navair.navy.mil. E-MAIL: click here to contact the contract specialist via, McDermottFM@navair.navy.mil. The Naval Air Warfare Center Lakehurst, NJ intends to procure one (1) Tensile Testing Machine to replace of Baldwin BTE-120 Tensile Testing Machine. Physical requirements: The foundation base can be no more than 3'9" in length by 1'11" in width. The equipment control console can require a space of no more than 6'5" in length and 3' in width. The height of the equipment shall be a maximum of 15' with a testing area of 9' minimum. Electrical requirement: 230V, 3 phase, 50/60 Hz for load frame and pump, computer controller shall be 115V, single phase, 50/60 Hz. Equipment operating requirements: Maximum tension/compression capability of 200,000 lbs., strain gauged load cell for measurement standard. Equipment will be computer controlled for operation and data acquisition, 2-channel minimum, one for load and one for stroke. System will be user friendly taking technicians step by step through test set-ups. System will have multi tasking capability and will be compatible with Microsoft operating system. System will have on-line help for technicians for operation and testing concepts. System will readout in SI, Metric, U.S. at technicians choice. The computer will have the following: Intel Pentium II processor, 450MHz with 512K-cache minimum, 3 GB hard drive minimum, 128 MB 100 MHz SDRAM expandable to 384 MB. ATI/AGP graphics accelerator 3.5' disk floppy drive. System ports will be, one 16 bit ISA, one AGP, one PCI/ISA, three 32 bit PCI. CD-ROM will be between 24X and 36X. System will have keyboard and mouse. System will have a 17-inch color monitor minimum, color DeskJet printer and windows 98 operating system. The system will be FOB destination to Lakehurst. Inspection and acceptance will be at destination. Best commercial packing/packaging. The contractor will be requested to submit a proposal for the new unit or for the new unit less a trade in allowance for the Baldwin BTE-120 Tensile Testing Machine. A turnkey operation will be required with both methods of proposing. If a trade-in allowance is proposed, thecontractor will dismantle the existing Baldwin BTE-120 equipment, install the new equipment, remove the BTE-120 from this facility, and provide training on how to operate the equipment. If the contractor proposes without a trade-in allowance the contractor will dismantle the existing equipment and delivery it to the DRMO building at this facility. The new equipment will then be installed and training will be provided on how to operate the equipment. The dismantling of the equipment, installation of the new equipment, transportation of the BTE-120 to DRMO and training must ALL be done be contractor personnel. The system shall be a complete unit needing no further equipment or accessories. Delivery is due NLT 120 days from date of contract, earlier delivery will be acceptable. The Government is anticipating a Firm Fixed Price type contract. Hard copies of the solicitations and amendments will NOT be mailed to contractors. The Government will NOT accept electronic offers. The solicitation will appear on the NAVAIR homepage located at http://www.navair.navy.mil. Select "Business", then "Doing Business with Us" and "Open Solicitations". Solicitation No. N68335-00-R-0437 will be issued approximately 10 July 2000 on the NAVAIR homepage. Posted 06/30/00 (W-SN470752). (0182)

Loren Data Corp. http://www.ld.com (SYN# 0281 20000705\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page