SOLICITATION NOTICE
66 -- MICRO-FORCE TESTING SYSTEM
- Notice Date
- 11/8/2006
- 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
- NNC07177865Q
- Response Due
- 11/16/2006
- Archive Date
- 11/8/2007
- Small Business Set-Aside
- N/A
- 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 ITEM 1, Qty. 1, MTS Tytron or equal; ITEM 2, Qty. 1 Documentation; and ITEM 3, Qty. 1, Installation, Checkout and Training. Item 1 shall contain the following features and meet the salient characteristics listed below: ITEM 1: MTS Tytron or equal This system shall allow characterization of materials and micro-components under both static and dynamic loads. Types of samples may be: standard dogbone samples, sheets, foils, wire, whiskers, small fragments of materials, micro-devices, and MEMs systems. The test rig shall have the capability of conducting standard tests such as: tensile, compression, bending, shear, creep, stress relaxation, LCF, HCF (up to at least 50 Hz). The system shall include all components necessary for complete system operation including load frame, control electronics, power supply, cables, plumbing and all necessary fittings and connectors. The components of the test system are to be new. No demonstration or used equipment shall be acceptable. The components of the system shall be of proven design with a history of satisfactory performance. Unproven equipment, components, or concepts shall not be acceptable. Since the specimens are envisioned as being small, certain key factors are important that can affect the test results. The vendor shall provide evidence of how the following items have been considered and minimized in the proposed equipment: - External vibrations - Electronic noise - Thermal noise The unit shall be adaptable for extreme heating of the samples (up to 1200 ?F), cryogenic cooling of the samples (-320 ?F), conducting tests in inert atmospheres, all without abnormal effects to the test rig (insuring that the user undertakes reasonable protection of the equipment), which would render the data meaningless. Due to the extremely small size of the test samples, specimen alignment with the load train is critically important. The vendor shall provide evidence that this has been considered and alignment mechanisms shall be discussed. To minimize mass effects, the load train should be horizontal rather than vertical. The test rig shall be designed for low force and stable application of the force/motion. Excessive friction and loads due to sliding forces are not acceptable, nor is excessive movement which would create instabilities in the force application. Monotonic displacement rates between 1 micron/hour and 500 mm/sec are required. Forces shall be measured over a range of values from 0.001N to 250N. The use of various sized force measuring devices is acceptable to achieve this range. The rig shall be capable of at least 100 mm travel. The rig shall also be adjustable such that various length specimens and gripping devices can be used. The distance between the fixed ends shall be at least 500 mm. Fixtures for gripping various types of specimens shall also be provided. The test rig shall implement a controller, which shall interact with a PC for data acquisition and test control. However, the rig shall also be able to run in a stand alone mode without the PC. Suitable software shall be provided that allows implementation of the above mentioned test types. The controller shall allow input of external test signals such as strain gages and temperatures and be capable of processing these signals into user-suitable values. The controller shall also be capable of providing output signals to PCs, and analog and digital recording devices. Digital I/O for triggering applications shall also be available. The test rig shall allow optical line of site to the sample such that optical displacement measuring devices and temperature measuring devices can be used during testing. The test system shall allow calibration of all controlling and resultant test parameters according to ANSI/NCSL Z540-1. The entire unit shall not require returning to the vendor for yearly calibration. ITEM 2: DOCUMENTATION One set of comprehensive hardware and software manuals, including schematics, which may include but is not limited to user, system, troubleshooting and maintenance. ITEM 3: INSTALLATION, CHECKOUT AND TRAINING A. The contractor shall include all labor and travel expenses for installation and system performance verification at NASA Glenn Research Center (GRC) at an agreed upon time within one month after delivery. The set-up shall insure that Item 1 meets all functionality specifications listed in this document. Set-up shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.) B. The contractor shall include a minimum of one person for one day of on-site operational training to coincide with the system verification. The provisions and clauses in the RFQ are those in effect through FAC 05-09. The NAICS Code and the small business size standard for this procurement are 334519 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 of Items 1 and 2 shall be to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (Receiving, Bldg. 21) and is required within 60 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 November 16, 2006, 4:30 p.m. local time and maybe mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, 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), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml 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: None. 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. Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 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 Marilyn D. Stolz no later than 2 days after the posting date of this notice. 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. The following best value criteria shall also be considered: technical capabilities exceeding the miniumum stated in this solicitation. It is critical that offerors provide adequate detail to allow evaluation of their offer. (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". 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=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#122734)
- Record
- SN01178590-W 20061110/061108221301 (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 |