SOLICITATION NOTICE
66 -- Non-Destructive Testing Kit (Dual) to Conduct Non-Destructive Inspection of Aircraft Components
- Notice Date
- 12/17/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- DAHA23-03-T-0012
- Archive Date
- 3/16/2003
- Point of Contact
- Patsy Huth, 573-638-9629
- E-Mail Address
-
Email your questions to USPFO for Missouri
(patsy.huth@mo.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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; proposals are b eing requested and a paper copy of solicitation will not be issued; however, it may be viewed electronically at www.uspfo-mo.org. This notice is issued as a Request for Quotation (RFQ) and this document serves as the solicitation. Solicitation number is DAHA23-03-T-0012 (Document #W58MZJ-2314-0001). Solicitation document and incorporated provisions and clauses are current through Federal Acquisition Circular 2001-09. The procurement is 100% set aside for small businesses using SIC code 3829. Contractor is to provide the following test kit (dual). Functionality and performance of the non-destructive testing kit (dual) should be similar in specification to Staveley NDT Technologies Eddy Current and Ultrasonic Dual Purpose Kit, P/N 9744790. Quantity desi red is 91 each. Specifications are: Tester, Lightweight, Ultrasonic for aircraft nondestructive flaw testing and thickness gauging of metallic and nonmetallic materials. Unit shall not exceed 11 inches X 6 inches X 5 inches excluding handle. Weight of unit shall not exc eed 7 pounds with. batteries installed. Unit shall operate from standard 115/220 volt + 10%, 50 and 60 Hz power. Battery packs shall be rechargeable and provide at least 8 hours of continuous operation at 68 degrees. Unit and accessories shall perform to specifications throughout temperatures +5 degrees F to 130 degrees F at 95% relative humidity. Battery charger shall be separate from the unit and simultaneously capable of charging the batteries and supplying operating power to unit. Pulser shall be a square wave type pulser with a minimum 150 V to maximum 300 V peak pulse and variable pulse width selects between 30 to 1000 nanoseconds. Pulse repetition frequency shall be variable in the range 50 to 2000 Hz. Pulse damping control shall be selectable of 25, 50, or 200 ohms. Pulser modes of operation shall be pulse-echo, through-transmission, and dual. Receiver shall operate in frequency band 0.3 to 20 MHz. Receiver shall have gain control 0 to 100 dB. Receiver shall include Radio Frequency (RF), f ullwave, half wave positive, and half wave negative. There shall be two independent signal gates controllable over the range. Both signal gates shall be adjustable in the range of 10% to 90% of display screen height. Each gate shall have positive and neg ative triggering with both audible and visual alarms. Test set shall possess a range of material measurement from a minimum of 0.050 to 280 inches of steel. Thickness. Measurement. To .0050 inch, resolution to + .0002 inch. Test set shall display a hol low or filled signal representation. Display shall have an operator selectable screen freeze mode. Test set shall store a minimum of 100 A-Scan type signal waveforms for future playback and/or printout and also store a minimum of 100 programmable test pr ocedures. Display(s) shall be operator interchangeable Electro-luminescent (EL) and Backlit Liquid Crystal (LC) and shall be clearly readable in bright and low light conditions. (Indoor/Outdoor) . Unit shall include Microsoft Windows compatible software required hardware to downloading instrument program settings and data reporting utilities such as downloading screen captures. Unit shall be capable of printing via a RS-232 serial port. Unit shall come with drivers for common commercially available seri al printers. Component List: 5 MHZ , .250in. 45 Steel Angle Beam Transducer, 2 each--5 MHZ, .25in, 70 Steel Angle Beam Transducer, 2 each--5 MHZ, .250in, 60 Steel Angle Beam Transducer, 2 each--10MHz, .250in, Straight Beam Contact Transducer, 2 each-- 5 MHZ, .500in, Straight Beam Contact Transducer, 2 each-15MHZ, .250in, Delay Line Transducer, 2 each--Box, Transducer S torage--Rumpus (B1) Calibration Block, 1in Steel--Rumpus (B1) Calibration Block, 1in Aluminum--X-30 Couplant 2 oz.--BNC/Microdot Cable, 6-ft, 2 each--BNC/Microdot Right Angle Cable, 6-ft, 2 each--Hard shell shipping/carrying case, 1 each--Soft shell carryi ng case with adjustable shoulder strap, 1 each--Printer cable, 1 each--Operation manual in English, 1 each--Familiarization video, VHS format, or CD-ROM, 1 each--Battery charger to charge batteries when removed from unit. Training will consist of 1 day fo r proper use of the ultrasonic tester. Training will be conducted at each of the four AVCRADs. Tester, Lightweight, Detector Metal Flaw, Impedance Plane, Eddy Current Unit shall provide aircraft nondestructive inspection technicians with a rugged, portable and reliable means for performing eddy current inspections, flaw detection and shall have bolt hole scanner functionality. Unit shall utilize an impedance plane display and shall have dual variable frequency mode of operation. Unit shall not exceed 11 inches X 6 inches X 5 inches. The weight of the unit shall not exceed 7 pounds with batteries ins talled. Unit shall operate from standard 115/220 volt 10%, 50 and 60 Hz. Battery packs shall be rechargeable and provide at least 8 hours of continuous operation at 68 degrees F. Unit and accessories shall perform to the specifications throughou t temperatures +5 degrees F to 130 degrees F at 95% relative humidity. Battery charger shall be separate from the unit from the instrument and simultaneously capable of charging the batteries and supplying operating power to the instrument. Operating fre quency shall be selectable from 100 Hz to 10 MHz. Unit shall be capable of dual frequency operation. Unit shall be capable of at least 85 dB (in 0.5 dB steps) of amplification range for both the vertical (y) and horizontal (x) axes. The probe drive shal l be adjustable with a minimum of 3 drive output levels. The unit shall be able to rotate the eddy current impedance vector through a full 360 degrees in 1 degree increments or smaller. Unit shall be equipped with highpass, lowpass, and/or bandpass filter s. Unit shall have the capability to program, store, and recall a minimum of 100 instrument test procedures. Unit shall incorporate an alarm (gate) system that will trigger and audible and/or a visual alarm when the test signal enters or leaves a design ated alarm zone. Equipment operator shall be able to vary the size, position, and shape (if applicable) of the alarm zones. Display(s) shall be operator interchangeable Electro-luminescent (EL) and Backlit Liquid Crystal (LC). Display(s) shall be clearl y readable in bright and low light conditions(Indoor/Outdoor). Display persistence shall be variable and adjustable by the operator from manual erase to preset timed erase. Unit shall display eddy current inspection signals in the impedance plane (flying dot), the vertical amplitude versus time (sweep), and dynamic modes, it shall be capable of digitally measuring electrical conductivity of materials in the range from 1 to 100 accuracy + 1% (IACS). Unit shall be capable of measuring non-conductive coatings up to 0.015 inch thick. The unit shall be compatible with current Army aviation absolute, reflection, and differential type probes using BNC-to-MicroDot connector cables and burndy to lemo cables. Appropriate adapters shall be provided if requir ed. Unit shall interface and be compatible with high speed and indexing bolt hole scanners and it shall include Microsoft Windows compatible software and required hardware downloading instrument program settings and data reporting utilities such as downloa ding screen captures. Unit shall be capable of printing via an RS-232 serial port. Component List: Eddy Current Instrument, 1 each--Battery Pack, 2 each--Battery Charger/Eliminator (with cables), 1 each--Probe Cable Adapters, as required--Soft-Shell Carr ying Case, 1 each--Hard-Shell Shipping/Carrying Case, 1 each- -Harness, Adjustable, 1 each--Operation Manual in English, 1 each--Familiarization Video, VHS format, or CD-ROM, 1 each--Printer Cable, 1 each--Aluminum Standard .008 in, .020 in, .040 in notches, 1 each--Titanium Standard .008 in, .020 in, .040 in, 1 each --Magnesium Standard .008 in, .020 in, .040 in, 1 each-Conductivity Samples, Set of six, 1 each--100Khz-500Khz/A/90.5/6, 2 each, probes--1Mhz-2Mhz/A/90.5/6, 2 each, probes--100Khz-500Khz/A/0/4, 2 each, probes--1Mhz-2Mhz/A/0.0/4, 2 each, probes--? in Teflon tape, l each roll--2 each- 90 degree BNC/Microdot 6 ft Cables--2 each- Straight BNC/ Microdot 6 ft Cables. Training will consist of 1 day for proper use of the Eddy Current Tester. Training will be conducted at four AVCRAD locations. Zip codes for the locations are: 65803 quantity 23, 93727 quantity 23, 39505 quantity 23, and 06340 quantity 22 for a total quantity of 91 Testing Kits (Dual). Vendor shall provide 23 EA 30-days after contract award with follow-up training within 30 da ys. Subsequent deliveries will be made 30 days following each shipment until 91 test kits are provided. Warranty required is two years from date received. Following receipt of test kits and training, partial invoices will be accepted. Government will h ave a preferred order for shipping to locations that will be given to awardee. Provide a quotation with a breakdown in cost for the testers (FOB Destination) to four locations, training for both the Ultrasonic Tester and Eddy Current Tester at above zip codes to include per diem and transportation (round trip) for a total firm fixed price. (Note: Per Diem is limited to Joint Travel Regulations found at web site: http://www.dpic.mil/perdiem/rateinfo.html.) Submit with quotation package brand name of product, part number and specifications. In accordance with FAR 52.212-2, Evaluation Factors are Technical Specifications, Past Performance (equal in rating value), Delivery Date and Cost. (Note: Agencies with no past performance history are asked to submit a list of not less than 6 Gov. refer ences with whom they have done business.) Said list will contain a point of contact from Agency and telephone number. Award will be made based on BEST VALUE to the Gov. Include a completed copy of provision at FAR 52.212-3, Offeror Representation an d Certifications. Government intends to evaluate quotations and award a contract without discussion; however, the Government reserves the right to conduct discussions, if determined to be necessary. Should discussions be deemed necessary, they will be co nducted either orally or in writing only with offerors who are determined to be in competitive range. Offeror will be given an opportunity to correct deficiency and resubmit offer. The following provisions and clauses apply to acquisition. FAR 52.212-1, Instructions to Offerors--Commercial Items, 52.212-4, Contract Terms and Conditions, 52.219-6, Notice of Total Small Business Set-Aside, 52.242-13, Bankruptcy, 52.247-34, FOB Destination. FAR Clause 52.212-2, Evaluation--Commercial Items, 52.212-3, Offer or Reps & Certs, and 52.252-2 Clauses Inc. by Reference. FAR 52.212-5 lists the following clauses: 52.203-6, Restrictions on Subcontractor Sales, 52.219-8, Utilization of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, 52.219-14, Limitations on Subcontracting, 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, EO for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, 52.222-19, Child Labor, 52.232-33, Payment by Electronic Funds Transfer, 52.232-36, Payment by Third Party, 52.252-2. DFAR Clauses are: 252-204-7004, Required Central Contractor Registration, 252.212-7000, Offeror Reps and Certs, 252.2 25-7001, Buy American Act and 252.225-7036, Buy American Act, North American Free Trade. Clauses may be accessed electronically at web site: http://farsite.hill.af.mil. Quotations are due Wednesday, January 15, 2003, at 12:00 noon (CST). Quotations may be mailed to: USPFO for MO, Attn: NGMO-PFC (Patsy Huth), 7101 Military Circle, Jefferson City, MO 65101. Questions may be direct ed to: patsy.huth@mo.ngb.army.mil
- Place of Performance
- Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
- Zip Code: 65101-1200
- Country: US
- Zip Code: 65101-1200
- Record
- SN00225362-W 20021219/021217213656 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |