Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2007 FBO #1945
SOLICITATION NOTICE

66 -- Upgrade to Instron 4482 Tensile Testing Apparatus

Notice Date
3/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0132
 
Response Due
4/9/2007
 
Archive Date
4/24/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for an Upgrade to Instron 4482 Tensile Testing Apparatus to be used in the Electronics and Electrical Engineering Laboratory Office, Metrology, at NIST, Gaithersburg, MD. *** ***All interested Offerors shall provide a quote for the following line item: Line Item 0001: Quantity One (1) Each, Upgrade to Instron 4482 Tensile Testing Apparatus The upgrade will be performed onsite at NIST in Building 220, Room B205. All vendors must be capable of upgrading existing equipment, the Instron 4482 and all systems quoted must be compatible with our current video extensometer, the Instron 5565 System P31418 60 Hz video extensometer, or a non-contact extensometer that is compatible with the new equipment must be included in the quotation. 1. Complete replacement of all Instron 4482 electronics, including controls, recorders, and analog components, to new, digital electronics. Electronics upgrade will include, but is not limited to the following items: a. New digital controller b. Advanced signal conditioning c. User handset d. Limit switch assembly e. Emergency stop button f. Optical encoder g. Digital cross head drive system with fully variable speed control h. Integrated digital closed-loop control and data acquisition electronics i. Crosshead extension and load measurement channels j. Test control panel with adjustable speed, jog, and specimen protection k. Capability for SI, Metric, and US customary measurement units, with an option for the user to select the desired units l. 40KHz sampling rate or better with 500Hz synchronous data logging or faster on at least 3 channels. m. Data display on at least 3 channels in real time with 4 digit or better resolution. n. All inputs must be in the English language o. Voltage output must be 120 V. p. All necessary cables must be included. 2. Upgrade of existing Instron Series IX software to new software compatible with the new electronics. At a minimum, software must be capable of the following: a. Set up and configuration of the following for the upgraded Instron 4482 instrument: i. Display screen ii. Control panel iii. Limits iv. Gain Controls b. Automatic software driven calibration and balancing of transducers c. Capability for custom designed user calculations d. Real time plots of tests with capability to zoom in or out on a region of the graph e. Test report templates built into software f. On-line help and reference guides for instrument g. Saving and retrieval of test methods and data h. Capability to perform the following tests with the software package: i. Tension tests ii. Compression tests iii. Flexure tests iv. Peel, tear, and friction tests v. Metals tests i. Advanced programming for access to data or instrument automation j. Access to system service records and status k. Example test methods 3. Installation by a manufacturer-certified engineer. Installation should include, at a minimum, the following activities: a. Mounting and testing of all components of the electronics upgrade b. Installation and testing of upgraded software package c. Check of correct operation after installation of i. Video extensometer ii. Mechanical assemblies iii. Electrical components not included in electronics upgrade d. Configuration of controller and testing for correct operation of controller, including any adjustments or tuning necessary for proper operation e. Verification of force by load weighing system for instrument compliance with ASTM E4. f. Calibration of instrument after installation of new components. 4. One year warranty on all upgraded components including, but not limited to the following: a. All software updates for one year from upgrade installation. b. All parts, travel, and labor necessary for repair and replacement of upgraded components of the system for one year from upgrade installation c. Unlimited telephone or internet support 5. Training course on new components, including the new electronics and detailed training on the new software package ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price. Award shall be made on a best value basis. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders? Commercial Items including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans; (24) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act w/ Alternate I; (26) 52.225-13, Restriction on Certain Foreign Purchases; and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30:00 PM local time, on April 9, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01257817-W 20070325/070323220420 (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 |
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.