SOLICITATION NOTICE
66 -- HIGH FREQUENCY MECHANICAL TESTING SYSTEM
- Notice Date
- 6/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC04061120
- Response Due
- 7/13/2004
- Archive Date
- 6/28/2005
- Point of Contact
- Carol K. Sharp, Contracting Officer, Phone (216) 433-2771, Fax (216) 433-2480, Email Carol.K.Sharp@nasa.gov
- E-Mail Address
-
Email your questions to Carol K. Sharp
(Carol.K.Sharp@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 notice is being issued as a Request for Quotations (RFQ)] for one (1) ea. High Speed Testing Machine per the following specification: High Frequency Mechanical Testing System This document constitutes the purchase specification for one servohydraulic high frequency load frame test system. The system shall include all components necessary for complete system operation including load frame, control electronics, cables, plumbing, fluids, and all necessary fittings, connectors and software. 1. This system shall be capable of providing a cyclic actuating force ranging from 20 to 2,000 pounds per cycle at user selectable application rates from 1 to no less than 1000 cycles per second acting through a maximum of 0.1 inch. 2. The load frame shall be of sufficient size, strength, and rigidity to provide for long life (20 years anticipated) while maintaining accuracy. 3. The system shall be constructed of all new components. No demonstration, used, or refurbished equipment shall be acceptable. 4. The system shall provide sufficient space to allow for the installation, removal, and maintenance of the test fixture described by the attached interface drawing. This test fixture shall be provided by the government during installation at the Glenn Research Center. 5. The system shall include a load cell appropriately chosen for the loading spectrum described above. The anticipated fatigue life of the load cell shall also be indicated. 6. All transducers shall be NIST traceable and certificates shall be provided (at time of installation). 7. The system shall be capable of continuous unattended operation for at least 3 weeks. 8. A control panel, which is separate from the main controls, shall be provided at the load frame. This control panel will provide for local actuator and hydraulic control directly at the load frame. 9. An emergency stop shall be provided at the load frame, controller (if separate from either the load frame or the control computer), and the control computer. 10. The application software shall have a detector watching for changes in peak/valley readings. The detector shall be available to trigger data collection or other test system processes. 11. The system shall provide the ability for outside instrumentation to monitor the displacement of the actuator. There shall also be a method of recording the force applied to the specimen and the displacement length of the actuator for each cycle. 12. Offerors are requested to provide a history of completed installations with references. 13. The offeror shall provide the necessary utility and service requirements as well as necessary site preparation requirements at the time of the offer. 14. The Government anticipates the availability of applicable training for the proposed system. Only the tuition of this training is to be considered as part of this procurement. The training is expected to be at the offeror?s facility with travel and per diem costs to be paid by the Government outside of this procurement. The provisions and clauses in the RFQ are those in effect through FAC 01-23. The NAICS Code and the small business size standard for this procurement are 334519 and 500 employees 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, 21000 Brookpark Road, Cleveland, OH 44135 is required within 180 days 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 COB July 13,2004 to NASA/Glenn Research Center, MS 500-306, 21000 Brookpark Road, Cleveland, OH 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),CAGE Code, 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 (JAN 2004), 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-4, 52.219-952, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-5. 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 the Contracting Officer not later than July 8, 2004. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Best value criteria are: length of history of successfully completed installations, number of satisfactory or better references, longer/better warranty terms, and ease of site preparation. It is critical that offerors provide adequate detail to allow evaluation of their offer. Submission of descriptive literature is strongly encouraged. (SEE FAR 52.212-1(b)). 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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=D&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#111056)
- Record
- SN00611518-W 20040630/040628212518 (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 |