SOLICITATION NOTICE
66 -- Load Cells for Frontal Crash Testing
- Notice Date
- 2/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 400 7th Street, SW Room 5301, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH22-03-R-07140
- Archive Date
- 3/8/2003
- Point of Contact
- Dianne Proctor, Contract Specialist, Phone (202)366-9562, Fax (202)366-9555, - Joseph Comella, Contracting Officer , Phone (202) 366-9568, Fax (202) 366-9555,
- E-Mail Address
-
dproctor@nhtsa.dot.gov, jcomella@nhtsa.dot.gov
- Description
- 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 being requested and a written solicitation will not be issued. Solicitation Number DTNH22-03-R-07140 applies and is being issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-11. Competition for this requirement is full and open. The National Highway Traffic Safety Administration (NHTSA), has a requirement Delivery shall be FOB: Destination to the Vehicle Research and Test Center, 10820 State Route 347 - Building 60, East Liberty, OH 43319 with final inspection and acceptance at destination. Type of Contract Award: NHTSA intends to negotiate a firm-fixed price order. Introduction Since 1979 NHTSA has been conducting frontal crash testing using a rigid barrier faced with a force measuring array load cell devices. Over the years NHTSA, has procured 3 such arrays of load cells using load cells in an array of 4 rows of 9 columns with each load cell having dimensions of approximately 250 by 234 mm. Recently, NHTSA and other international research groups have been analyzing the data collected from these and other load cell arrays. Research has indicated that the load cell data is significant for understanding vehicle compatibility in large car / small car crashes. Several international research groups have developed higher density load cell arrays and have demonstrated significant improvements in the accuracy of the data. Additionally, the locations of incompatible vehicle structures can be identified with significantly higher accuracy. As a result, NHTSA, in cooperation with the members of the International Harmonized Research Agenda compatibility research group have informally recommended using load cell arrays with a maximum load cell size of approximately 125 mm by 125 mm. Assembling an 8 by 16 array of these load cells can approximate the current NCAP load cell barrier. This procurement is intended to purchase the load sensing devices used to build a load cell array for frontal barrier testing. In order to increase the flexibility of this procurement and to promote competition, NHTSA will develop a custom mounting plate and data acquisition system for the load cells purchased in this contract. This allows some design flexibility in the mount configuration and data acquisition connectors, however, an acceptable design must be suitable for repeated use in full frontal crash tests. Many of the test procedures require deformable faces to be attached to the front of the load cell array. The individual load cells must be configured with threaded connectors so that deformable faces may optionally be attached to the front of the barrier. The load cell array may also be utilized for offset testing. Note this is a smaller 6 by 8 array, but each load cell is similar to the 125 mm by 125 mm dimensions requested in this procurement. Specific Requirements NHTSA would like to purchase 134 load cells, 8 by 16 + 6 spares. Each load cell shall have a mount side and a struck side. The mount side will be attached to a rigid plate (not part of this procurement) using threaded fasteners. Test subjects will impact the struck side of the barrier. The struck side should be flat, square, and must have threaded connectors to allow attachments of honeycomb barrier faces. Each of the load cells must conform to the following minimum requirements: The shape and size of the struck side: square (123.5mm x 123.5mm) The size of the mount side: No greater than the size of the struck side Depth: the depth can vary but must be < 150 mm Force Capacity: 300 kN Overload Capacity: 500 kN Moment Capacity: 18 kN-m Offset Loading Error: < 3 percent of full scale Non-Linearity: < 1 percent of full scale Hysteresis: < 1 percent of full scale Off axis Sensitivity / Crosstalk: < 5 percent of full scale, Stiffness: > 2,000,000 kN/m Frequency Response: must be suitable for acquiring data according to the SAE J211/1 CFC60 data channel specification Operating temperature range: 25 deg F - 125 deg F Electrical output range: 0.1 to 4 mV/V Load cell does not require any on-board amplifiers, AC coupling not required The load cell should have a male connector (diameter < 1inch) on the mount side. The mating female connector with a 4 conductor shielded cable (> 20 ft) is required, but the connector to attach to the data acquisition unit is not required. The 4 conductors should be for + excitation (2.5 to 10 V) - excitation (2.5 to 10 V) + signal ( up to 10 V) - signal (up to 10 V) Deliverables Vendors shall submit technical drawing(s) and performance specifications, including electrical connections and signal outputs as part of the bid package. Rough sketches will be accepted as long as the dimensions, connectors, and fasteners are specified. The load cells shall be delivered within 120 days of receipt of the purchase order. The load cells shall be delivered to the following address: Vehicle Research and Test Center Attn: Aloke Prasad Building 60 10820 State Route 347 East Liberty Ohio, 43319-0337 Quotations must contain: (1) Prices - shall be submitted on a line item basis (a. Item Price and b. Delivery Price). As applicable, any proposed discounts, on a most favored customer basis, shall be identified. (2) Describe Device Performance Specifications. (3) Must address specific requirements as stated. (4) Mechanical Drawing of a Individual Load Cell. (5) Confirmation that delivery can be made within the stated required delivery time. (6) Name of and signature of an authorized company representative along with telephone and fax number. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items. The government may award a purchase order resulting from this RFQ to the responsible contractor whose quote, conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors, listed in descending order of importance, will be used to evaluate quotations: (1) Ability to deliver the load cells in the required time frame (2) Cost and Terms (3) Past Performance. For evaluation of Past Performance, the offeror must provide at least two references for contracts/purchase orders of similar services within the last three (3) years. Each reference must include customer's name and address, contact person, date of performance, telephone number and contract value. (4) The offered product meets the stated specifications. (5) The offered product is suitable for use in vehicle crash testing. A completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial items must be submitted with the quote. FAR 52.212-4, Contract Terms and Conditions - Commercial Items apply. Under 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, the following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I ;52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the quoter elects to waive the preference, it shall so indicate in its quotation); 52.219-8 Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.208-4 Vehicle Lease Payments, 52.208-5 Condition of Leased Vehicles. Full text of the clauses may be accessed electronically at the internet site http;//www.arnet.gov/far. Quotations are to be forwarded to the following address, to be received no later than 2:00 p.m., February 21, 2003: DOT/NHTSA, 400 7th Street, SW, Room 5301, Washington, DC 20590, Attn: Dianne R. Proctor, Contract Specialist. The anticipated award date is March 14, 2003.
- Record
- SN00254564-W 20030208/030206213351 (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 |