Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1999 PSA#2265

Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326

66 -- GLEEBLE SYSTEM SOL N00173-99-R-JR04 POC Jerry Riles, Contract Specialist, Code 3220.JR, (202) 767-2120, Wayne Carrington, Contracting Officer WEB: click here, http://heron.nrl.navy.mil/contracts/home.htm. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, N00173-99-R-JR04, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-08 (excluding 97-07) and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is 500 and the SIC code is 3823. This acquisition is unrestricted. The Naval Research Laboratory (NRL) has a requirement for CLIN 0001, Gleeble System. The system requires a thermal/mechanical computer controlled, integrated testing device, capable of simultaneously measuring and recording temperature, load, and displacement on a 6 mm metallic bar. System requirements shall include: 1. Mechanical test system which consist of the following minimum requirements: i. Closed loop electric servo system; ii. Maximum load in compression -- 800 Kg; iii. Maximum load in tension -- 800 Kg; iv. Force measurement accuracy -- 1% of full scale; v. Stroke range -- 100 mm; vi. Stroke measurement accuracy -- 1% of full scale; vii. Diametrical strain range -- 100%; viii. Diametrical strain measurement accuracy -- 1% of full scale. 2. Thermal system which consist of the following minimum requirements: i. Direct resistance heating system with closed-loop control; ii. Temperature range -- room temperature up to 1600 Degrees C iii. Temperature resolution -- 1 Degree C; iv. Temperature sampling rate -- 60 Hz; v. Heating rates up to 7000 Degrees C/second; vi. Controlled cooling rates 60 Degrees C/second from 800 to 500 Degrees C; ii. Availabilityof optional gas quenching system with higher controlled cooling rates. 3. Controllers which consist of the following minimum requirements: i. Mechanical controller -- 16 bit digital closed loop; ii. Mechanical data acquisition channels -- 8; iii. Mechanical data acquisition rate -- 10KHz; iv. Thermal controller -- 16 bit digital closed loop; v. Thermal data acquisition channels -- 4; vi. Thermal data acquisition rate -- 60 Hz; vii. Type K linearization on all thermal channels. 4. Vacuum Pumping system which consist of the following minimum requirements: i. Vacuum system consisting of roughing and water-cooled diffusion pumps; ii. Vacuum pressure -- less than 5 x 10-5 mm Hg . 5. The system shall have Continuous Cooling Transformation capability . DOCUMENTATION: The Contractor shall provide Operational and Maintenance manuals on all system components. WARRANTY: All equipment shall be warranted in accordance with standard commercial practices. The warranty period shall begin after acceptance of the system. INSTALLATION and TRAINING: The offeror shall provide complete installation of the system and provide a Demonstration of all system capabilities during the initial installation. On-site training must be provided immediately following completion of system installation. The training shall be no more than 5 day(s). The Government, at the discretion of the Technical Manger, may require Pre-delivery inspection of the system at manufacture's facility. Delivery and acceptance is the Naval Research Laboratory, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, FOB Destination, no later than 60 days from date of award. The FAR and DFAR provisions and clause sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will complywith the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. Offerors will be evaluated in accordance with FAR 212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) price (2) technical capability of the item offered to meet NRL's need (3) past performance. Technical and past performance combined, are of equal importance compared to price. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-18, and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited applicable to this acquisition are DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.204-7004, and DFARS 252.232-7009. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offerors proposal must be delivered to Contracting Officer,Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220:JR, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, and received no later than 4:00 p.m. E.S.T. on 19 Febuary 1999. The package should be marked RFP N00173-99-R-JR04, Closing Date: 19 Febuary 1999. For more information regarding this solicitation contact Jerry Riles, Contract Specialist at (202) 767-2120. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number JR04. EMAILADD: Contracts.nrl.navy.mil EMAILDESC: <A HREF="mailto:RFQ when issued.</A>">Click here to forward a</A> request via e-mail Cite: (W-259 SN122785) Posted 01/15/99 (W-SN288600). (0015)

Loren Data Corp. http://www.ld.com (SYN# 0209 19990120\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page