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