SOLICITATION NOTICE
66 -- LOAD CELLS
- Notice Date
- 8/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM06169669Q
- Response Due
- 9/7/2006
- Archive Date
- 8/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is a total small business set-aside. 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 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 load cells. Specifications are as follows: All load cells shall be delivered, FOB destination, to the MSFC on or before March 15, 2007. This procurement requires the refurbishment of some Government owned load cells, and the building of new load cells. Load cells to be refurbished shall be disassembled, inspected, and cleaned to bare metal, then returned to new condition using all new electrical wires, gages, connectors, resistors, etc. All load cells, refurbished or new, shall meet the specifications contained herein. See Table 1 for cell quantities, sizes, and types (new or refurbished) to be delivered All load cells shall be columnar type, universal (tension and compression) load cells. All column type load cells shall meet the following standard specifications: 1. Electrical Specifications at 25?aC 1.1. Maximum zero load output shift per 40?aC: ?b0.1% of full scale. 1.2. Maximum full scale output shift per 40?aC: ?b0.06% of full scale. 1.3. Compensated temperature range: 0 - 55?aC. 1.4. Maximum safe exposure temperature: 135?aC. 1.5. Nominal input voltage: 10 volts AC or DC. 1.6. Maximum input voltage: 20 volts AC or DC. 1.7. Input and output resistance: 350 ?b 3.5 ohms. 1.8. Full scale output: 3.0 ?b .001 mV/V. 1.9. Minimum Insulation resistance: 5000 megohms. 1.10. Maximum zero load output: 1% of full scale. 1.11. Maximum combined hysteresis and non-linearity: ?b .05% of full scale. 1.12. Maximum non-repeatability: ?b .02% of full scale. 1.13. Maximum instability measured over 20 minutes: ?b .03% of full scale. 1.14. Electrical connectors: Bendix PCO type to mate with Bendix, PCO6CE-12-8S. Glass sealed connectors shall not be used. 1.15. Electrical pinout: A-E(+v), B-F(+s), C-G(-v), and D-H(-s). 1.16. Load cells shall be hermetically sealed. 2. Mechanical Specifications 2.1. Load cells shall meet the dimensional specifications shown in Table 1, Standard Load Cell Specifications. 2.2. Load cell connectors shall be mounted directly to the load cell?s canister. Connectors shall not be attached to the load cell via pigtails. 2.3. Load cells under 100,000 lbf capacity may be fitted with small boxes to house the electrical connectors. 2.4. Load cells of 100,000 lbf capacity or larger shall have recessed connectors so that when metal connector caps are installed, no part of the cap protrudes above the surface of the load cell. 2.5. Load cells of 100,000 lbf capacity or larger shall not have any protrusions which prevent the load cell from rolling freely on a smooth floor. 2.6. Load cells of 100,000 lbf capacity or larger shall be completely enveloped by the dimensions shown in Table 1, Standard Load Cell Specifications. 2.7. Load cells of 100,000 lbf capacity or larger shall incorporate at least 2 threaded sockets on the sides of the load cell (i.e. not on the threaded ends) for standard lifting eyes to be provided with the load cells. 2.8. Load cells of 100,000 lbf capacity or larger shall incorporate 3 or 4 load bridges. 2.9. Load cell electrical connectors shall be equipped with metal, waterproof connector covers attached to the load cell by beaded chains. 2.10. Load cells shall be rated to withstand loads up to 150% of the load cell?s full scale rating without damage. 2.11. Load cells shall not fail at loads of less than 300% of the load cell?s full scale rating. 2.12. Load bearing portions of load cells shall be of carbon, not stainless, steel. Load cell canisters shall be made of stainless steel or painted carbon steel. 2.13. Load cells shall be fitted with a metal plate engraved or impact stamped with the manufacturer?s name, model number, serial number, full scale capacity, bridge resistance, and output in mV/V. The plate shall be attached to the load cell via spot welds, rivets, or machine screws. 2.14. Bridge connectors shall be uniquely identified and clearly labeled as A and B, or A, B, C, and D; as applicable. 2.15. Load cells shall be designed to withstand and compensate for side loads of as much as 10% of full scale capacity. 2.16. Load cells shall be designed to withstand and compensate for bending moments of as much as 25% of full scale capacity in inch-pounds. 2.17. Load cells shall be designed to withstand and compensate for torsional loads of as much as 20% of full scale capacity in inch-pounds. 3. Load cell calibration: 3.1. All load cells shall be acceptance tested at the Marshall Space Flight Center Calibration Facility and/or the Marshall Space Flight Center Structural Strength Test Facility. Data from those tests shall be used as a final verification that the load cells meet technical performance specifications. Testing of all load cells shall be performed within 3 months of delivery to the MSFC. Payment for the load cells is subject to their passing the final acceptance testing. 3.2. The successful bidder shall calibrate each load cell to the nominal limit of the load cell, or to at least 100klbf. That data shall be provided to the Marshall Space Flight Center at load cell delivery. 3.2.1. Bidder?s calibration data/process: 3.2.1.1. Three calibration runs shall be performed in each direction (tension and compression) 3.2.1.2. Load and mV output data shall be recorded at nine or ten equally spaced load points for each run, including zero and the maximum nominal load cell value. Actual zero load offset shall not be zeroed out of any of the raw data. 3.2.1.3. NIST traceability data shall be provided for all (resistance, voltage, temperature, load, etc) measurements 3.2.1.4. Data shall be recorded on all bridges for all runs 3.2.1.5. Bridge impedance for all bridges shall be measured and recorded 3.2.1.6. Excitation voltage used (we use 10V) during calibration shall be measured and recorded 3.2.1.7. Sensitivity in mV/V shall be calculated and recorded 3.2.1.8. Shunt value using a 50kohm shunt shall be recorded 3.2.1.9. All data shall be provided in hard copy (paper) and electronic (Excel) format on CD. See attached document for quantities and specifications. Attachment name: Table 1, Standard Load Cell Specifications All responsible small business sources may submit an offer which shall be considered by the agency. Delivery to Marshall Space Flight Center, Building 4631, Saturn Rd., Delivery Date determined to be on or before 03/15/2007. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by September 07, 2006 by 12 noon CST 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 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. 52.222-3 Convict Labor (June 2003) (E.O 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) 52.222-36 Affirmative Action for workers with Disabilities (Jan 1998) 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) 52.225-3 Buy American Act-Free trade Agreements - Israeli trade Act (June 2006) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Elizabeth Mudler/DFS @ elizabeth.e.mudler@nasa.gov or fax# 256-544-4401 no later than September 07, 2006 12 noon CST. Telephone questions will not be accepted. Selection and award shall be made based upon cost, technical acceptablility and the contractor's past performance as follows: 1. Cost: Range 1 to 3: Bids in the lowest third of the range receive a score of 3, bids in the middle third of the range receive a 2, and bids in the highest third of the range receive a 1. 2.Technical Performance: Range 1 to 3: Bidders that meet technical performance requirements defined in the specifications above receive a score of 3. Bidders that do not meet technical performance requirements defined in the specifications abovereceive a score of 0. Technical acceptability shall be determined by MSFC based upon information submitted by the vendor. Please provide sufficient information to show that you can meet the required technical specifications. 3.Past Performance: Range 1 to 3: Bidders who will be designing and building (machining, welding, gaging, wiring, potting, painting, inspecting and verifying) at least three of the load cell capacities to be delivered under this solicitation in-house shall receive a score of 1. Bidders that have designed and built, in-house, more than 1000 load cells meeting 1. Electrical Specifications at 25C, and 2. Mechanical Specifications (Note: Requirements in 2.2-2.4 are waived for past performance, and Requirement 2.8 can be satisfied with 2 bridges for past performance) defined above receive an additional score of 1. Bidders that have designed and built, in-house, at least 10 load cells in each of at least three of the load cell capacities in this solicitation that meet 1. Electrical Specifications at 25C, and 2. Mechanical Specifications (Note: Requirements in 2.2-2.4 are waived for past performance, and Requirement 2.8 can be satisfied with 2 bridges for past performance) defined above receive an additional score of 1. Bidders that will perform in-house calibration of the load cells to be delivered under this solicitation to the nominal limit of the load cells, or to at least 100klbf shall receive an additional score of 1. Each bidder shall deliver photographs and calibration data from load cells they have designed and built that are representative of the load cells to be delivered under this solicitation. Each bidder shall also submit, with their quote, the names and phone numbers of past customers who have purchased load cells. Limit 3. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offerors 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=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments. <LINK> <URL> http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D& ;pin=62#121526 <DESC>
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#121920)
- Record
- SN01126536-W 20060827/060825222331 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |