Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOLICITATION NOTICE

R -- Services for Measurement of Diffusible Hydrogen in Steel Specimens - SF-18 RFQ Form

Notice Date
2/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-10-RQ-0301DR
 
Archive Date
2/11/2010
 
Point of Contact
Diana Romero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ FORM SF-18 COMBINED SYNOPSIS/SOLICITATION Measurement of Diffusible Hydrogen in Steel Specimens (I) This 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-0301DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541690. The small business size standard is $7.0 M. (V) This combined solicitation/synopsis is for purchase of the following commercial item: CLIN # 0001 Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Measurement of Diffusible Hydrogen in Steel Specimens in accordance with attached Statement of Work. Quantity one (1) JB. (VI) Description of requirements is as follows: Statement of Work Measurement of diffusible hydrogen in steel specimens Background The Materials Reliability Division of NIST has installed a new chamber that can test the mechanical properties of tensile specimens in a high pressure hydrogen environment (up to 140 MPa). The growing interest in the use of hydrogen as an alternative fuel is driving the need for data on materials that might be used to construct high-pressure hydrogen pipelines. While the lower strength pipeline steels are expected to be more resistant to hydrogen damage, our initial studies are with a high- strength grade, specifically API 5L-X 100 pipeline steel, which should more clearly reveal the effect of hydrogen on the tensile and fatigue strengths. The government is seeking a contractor to measure the levels of diffusible hydrogen within the specimens during tensile and fatigue testing in this chamber. The chamber has several electrical feedthroughs that could be used to transmit signals from some hydrogen detector to a remote data collection and acquisition system. Calibration Hydrogen calibration of X100 steel in tensile testing arragement Test plan The government requires hydrogen assessment of six (6) specimens, which are arranged in a test matrix to reveal the effect of different rates and levels of hydrogen charging. All specimens will be tested in the chamber. The first specimen will be tested at ambient pressure in air, and is expected to show us the background hydrogen level in the steel. The second one will be tested in helium pressurized to 2000 PSI, and is expected to demonstrate the effect of pressure on the test fixture and the sensor system, although the hydrogen level is expected to remain low. The third and fourth specimens are replicates with palladium coatings tested in 2000 PSI hydrogen pressure, and are expected to show us the reproducibility of the test method. The fifth and six specimens are replicates with no coating tested in 2000 PSI hydrogen pressure, and are expected to measure the effect of a palladium coating on hydrogen entry into the specimens. The government requires the contractor to furnish six (6) sensors that will be mounted on the tensile specimens, and can fit within the 100 mm diameter chamber. The sensor will be attached to the ASTM E8 tensile specimens that have a diameter of 6 mm and gauge length of 25 mm. The tensile specimens will have two clip gages in the center region to measure the elongation of the specimen, so the hydrogen sensor must mount on the surface of the specimen either outside or within the gauge instrumentation, so as not to interfere with the elongation measurement. The contractor will furnish sensors, attach the sensors to the internal feedthroughs on the chamber, attach vendor-supplied data collection system to the external feedthroughs, be available and present to collect this data during our testing times, and provide calibrated data on the hydrogen content during the charging and testing of the six specimens (probably in the low ppm range). NIST will furnish small pieces of the API 5L-X100 steel, so that the contractor can develop preliminary calibrations and check the operation of the sensor. C&A requirements of clause 73 do not apply. A security Accreditation Package is not required. (VII) Required delivery 45 days ARO. Place of delivery is 325 Broadway, Building 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination, quote shall include all shipping charges, if applicable. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUN 2009), applies to this acquisition. In addition to written price quotes, offers are instructed to complete and return the attached SF-18. (IX) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: the Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a) technical experience-offers shall submit resumes of personal with at least two years of experience that will be working on this purchase order b) delivery-offers must state delivery time; c) price and d) past performance - offers should include two references that can be contacted. Past performance will be evaluated on quality of work, timeliness and customer service. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (FEB 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: none. (XIII) The following clauses are also applicable to this acquisition: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) Department of Commerce Clause: 1352-215-73 Inquires (March 2000) Offerors must submit all questions concerning this solicitation in writing to the Purchasing Agent. They must be received no later than 04:00 pm February 08, 2010. All responses to the questions will be made in writing and included in an amendment to the solicitation. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MDT on February 10, 2009. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7719 and email address is Diana.romero@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.romero@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-0301DR/listing.html)
 
Record
SN02059163-W 20100207/100205235055-601d677eb9f14207bab0ebc1cd279846 (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.