Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOURCES SOUGHT

66 -- Sources Sought for one (1) commercial off-the-shelf (COTS) or near COTS high strain rate, universal testing Machine (UTM)

Notice Date
3/4/2020 5:53:29 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX20Q0070
 
Response Due
3/12/2020 8:59:00 AM
 
Archive Date
03/27/2020
 
Point of Contact
Geovonye Parker, Phone: 3013941029, Ariel M. Amey, Phone: 3013941081
 
E-Mail Address
geovonye.n.parker.civ@mail.mil, ariel.m.amey.civ@mail.mil
(geovonye.n.parker.civ@mail.mil, ariel.m.amey.civ@mail.mil)
 
Description
(1) Action Code�:���� SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources.� This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. commercial-off-the-shelf (COTS) or near-COTS high strain rate, universal test machine (2) Date�:����� 03/04/2020��� (3) Classification Code�: 66 (4) NAICS Code: 334516������������� (5) NAICS Size Standard: 1,000 Employees (6) Contracting Office Address: 2800 Powder Mill Road ������ Bldg. 601 ������ Adelphi, Maryland 20783 (7) Subject:� Sources Sought for one (1) commercial off-the-shelf (COTS) or near COTS high strain rate, universal testing Machine (UTM) (8) Proposed Solicitation Number:� W911QX20Q0070 (9) Sources Sought Closing Response Date: 03/12/2020 (10) Contact Point: Geovonye Parker, Contract Specialist, geovonye.n.parker.civ@mail.mil (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Salient Characteristics The Government is contemplating the procurement of one (1) commercial-off-the-shelf (COTS) or near-COTS high strain rate, universal test machine to support this research. Near-COTS is defined in this context, as an item offered to the general public with minor modifications that can be readily applied to customize the functionality. High strain rate universal test machine is defined in this context as a mechanical system that can arbitrarily apply compression and tension at controlled force, displacement, and velocities to characterize material properties to include those necessary to induce fracture and failure. High strain rate is defined in this context as the ability for the universal test machine to apply controlled compression and tension at rates ranging from quasi-static to conditions mimicking impact above 15 meters per second (20 meters per second or above desired). The anticipated installation location can be considered laboratory space protected from the elements. C.1 The Government requires the procurement of one (1) universal test machine that shall contain the following salient characteristics: Characterization of materials to include highly compliant systems at quasi-static rates through a minimum of fifteen (15) meters per second. Support specimens at a minimum of one (1) meter along each dimension. Actuator stroke at full speed no less than 75 millimeters (mm). Minimum of 50 kilo-newton (kN) of impact load at full actuator speed. Minimum of 75 kN compression/tension force under quasi-static conditions Load frame that actuates from above. Manufacturer-supported COTS accessories for various test methods such as grips, fixtures, and probes. Ability to execute standardize test methods through built in or add-on software and hardware packages. Computer controlled interface to setup, initiate, and review test results. Built in and manufacturer-supported data acquisition and external triggering for instruments such as cameras and off-board data acquisition. Automatic compensation for additional end-of-actuator mass, such as grips. Automatic repositioning of crosshead to accept specimens of various sizes. Ability to accept biological materials assuming reasonable accommodations are made to isolate the system from wet and biologically contaminated substances. Interlocked safety enclosure Manufacturer-supported installation and training. Minimum one (1) year warranty. C.2 The Government only requires solutions meeting the above Salient Characteristics that include vendor-supported repair parts through calendar year 2023, at a minimum. C.3 Security Requirements: Access to the Department of Defense (DoD) network infrastructure is strictly controlled and therefore, software needed to run the system shall not rely on access to the internet. The facility is located at Aberdeen Proving Ground, Maryland and is an access-controlled, United States Army installation. C.4 Requested Information For systems meeting the above salient characteristics, ARL requests supplementary information to include the following: Available accessories, fixtures, and supported standardized test packages. Availability and characteristics of a manufacturer-supported environmental chamber for characterization under controlled temperatures. Facility requirements to include electrical, mounting, floor load, temperature, ventilation, and space claim. Recommended controllers or external electronics necessary for the equipment to operate. Calibration requirements. Quantified repeatability across system rates. Environmental restrictions (International Protection (IP) marking). Recommended and/or required vendor supplied software required for the system to operate to include licensing terms. The Contractor shall indicate if recommended/required software requires periodic paid licensing agreements. The Contractor shall indicate all software operating requirements to include recommended hardware and operating system. Availability and lead times. Periodic servicing and maintenance requirements. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date.� Responses shall include: (I) To what extent each of the specifications can be met. (II)�Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 employee size standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold, [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. �� (12) Responses to this sources sought are due no later than 11:59am eastern standard time 03/12/2020. Submissions should be emailed to Geovonye Parker at geovonye.n.parker.civ@mail.mil and Ariel Amey at ariel.m.amey.civ@mail.mil. � Questions concerning this sources sought may be directed to Geovonye Parker at geovonye.n.parker.civ@mail.mil or 301-394-1029.Please be advised that .zip and .exe files cannot be accepted. �(13) Place of Contract Performance: �Aberdeen Proving Ground, Maryland (14) Estimated Delivery Timeframe or Period of Performance: Three (3) months after Award Contract Award (ACA) �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3e0dd5c68df449fd85674a5ddf98a778/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN05579960-F 20200306/200304230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.