Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2003 FBO #0632
SOLICITATION NOTICE

66 -- FATIGUE CRACK GROWTH TEST SYSTEMS

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C3A-015
 
Response Due
9/4/2003
 
Archive Date
8/21/2004
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Email your questions to Timothy M. Bober
(Timothy.M.Bober@nasa.gov)
 
Description
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; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ). Background: Existing fatigue crack growth test systems at the NASA Glenn Research Center (GRC) will be replaced to take advantage of the new technology develop over the past fifteen years. The replacements are needed for four servo-hydraulic closed loop test systems controlled by the MTS 458 Series controllers. The new test systems will be used primarily to perform computer controlled fatigue crack growth testing using a DC potential drop (DCPD) method for obtaining highly accurate crack growth measurements for various specimen geometries. The software will allow fatigue crack growth testing to be performed, and analyzed per American Society for Testing of Materials (ASTM) E647 fatigue crack growth standard. Specifications: 1) The DCPD system shall interface with a PC based Windows 2000 platform. 2) The DCPD system shall provide for computer control of the closed loop servohydraulic test systems. 3) All the necessary hardware to run and perform DCPD crack growth testing such as analog/digital (A/D) and digital/analog (D/A) cards, cabling, breakout boxes, communication links and any other data acquisition and control systems shall be supplied by the vendor. 4) Each of the four DCPD systems shall be shipped with a vendor supplied Pentium IV PC running on a Windows 2000 platform, equipped with the necessary data acquisition hardware, 17 inch monitor, network card, and a minimum 60 GB hard disk. 5) The DCPD fatigue crack growth software shall have the following capabilities: a) Perform fatigue crack growth testing per (ASTM) standard E647-99 ?Standard Test Methods for Measurement of Fatigue Crack Growth Rates?. The software shall be capable of performing both stress intensity (K) -increasing, constant K-max and K-decreasing fatigue crack growth tests. b) Perform fatigue crack growth testing using a surface flaw geometry specimen (commonly known as Kb bar). The DCPD solution for the surface flaw specimen shall be based on the solution derived by R.P. Gangloff et al. The DCPD solution for the surface flaw geometry was detailed in a paper entitled ?Direct Current Electrical Potential Measurement of the Growth of Small Cracks? and published in the proceedings by ASTM in ?Small Crack Test Methods?, ASTM STP 1149. The stress intensity solution to be used by the software for the Kb specimen shall be based on the solution derived by J. C. Newman, Jr. and I. S. Raju, and published in a paper entitled "Stress Intensity Factor Equations for Cracks in Three-Dimensional Finite Bodies," ASTM STP 791. c) Sine, triangle and user defined waveform shall be among the waveforms available for selection. d) Hold time crack growth test capability shall be implemented for two of the four test systems. The system shall have the capability for the user to define the frequency of DCPD data acquisitions including multiple data acquisitions during each hold time cycle. e) Two of the four test systems shall have capability of performing variable amplitude loading for simulation of aircraft profiles. f) The software shall allow for precise force control and high precision data acquisition. g) Both English and SI units shall available for selection by the user h) Data acquisition and control are continuous with flexibility to modify test parameters and controls during the test at users discretion. i) The output data sets will be processed per ASTM E647-99 standard to obtain da/dN versus delta K tables. 6) The Contractor shall perform the installation and training of the DCPD systems on site at NASA GRC. 7) The Contractor shall provide detailed information in regards to software maintenance contracts, cost and conditions for software upgrades, cost of licenses for additional test systems. 8) The Contractor shall supply all manuals and warranties for the hardware and software procured under this contract. Deliverables: The Contractor shall supply all the necessary hardware, including the PC platform, and software which shall meet the previously described requirements. Period of Performance: The systems shall be supplied eight weeks after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR QUOTATION MEETS THE STATED SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 01-13. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 332999 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Glenn Research Center is required within 8 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30 p.m. local time on Thursday September 4, 2003 and may be e-mailed, faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-306 Cleveland, Ohio 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be IN WRITING (e-mail or fax) to Timothy M. Bober not later than Thursday August 28, 2003. Telephone questions WILL NOT be accepted. Award will be based upon overall best value to the Government among those offers that meet the specifications general instructions above. Consideration will be given to the factors of meeting specifications, total price, best value criteria and past performance. Other criteria requirements if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. **Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the quotation meets the Government?s requirements.** Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#107156)
 
Record
SN00409156-W 20030823/030821214237 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.