COMMERCE BUSINESS DAILY ISSUE OF JUNE 21, 2001 PSA #2877
SOLICITATIONS
66 -- 66 -- HAND-ARM 3D VIBRATION TEST SYSTEM
- Notice Date
- June 19, 2001
- Contracting Office
- Department of Health and Human Services, Center for Disease Control and Prevention, Morgantown -- NIOSH, 1095 Willowdale Road, Morgantown, WV, 26505
- ZIP Code
- 26505
- Solicitation Number
- 2001-N-04001
- Response Due
- July 18, 2001
- Point of Contact
- Brenda Goodwin, Contract Specialist, Phone (304)285-5882, Fax (304)285-6083, Email bcg1@cdc.gov -- Rex Wolfe, Jr., Contract Specialist, Phone (304)285-5883, Fax (304)285-6083, Email rsw1@cdc.gov
- Description
- PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Proposal No. 2001-N-04001. This procurement is being issued as a 100% small business set aside under the NAICS code # 334519 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The National Institute for Occupational Safety and Health (NIOSH), in Morgantown, WV has a requirement for one each of a three-dimensional (3D) or three-axes vibration test system for laboratory studies of hand-transmitted vibration in accordance with the following requirements and specifications. GENERAL REQUIREMENTS: a) The system will be used to generate sinusoid and random vibrations and to replicate vibrations in time history measured from a number of power hand tools simultaneously in three translational directions; b) The system will be used in tests that will involve human subjects. The system therefore must possess adequate safety controls for operators and human subjects; c) The full system is divided into two sub-systems: (i) a 3D mechanical vibration test system; and (ii) a 3D vibration control system. The control system will supply three types of vibration signals: sine, random and time replication. NIOSH has recently purchased the control system under a competitive solicitation. The following control system will be provided as government furnished property: Spectral Dynamics Jaguar Vibration Control System (P/N 2580-9700-1) with 4 input channels and 3 output channels; computer and monitor; and random, sine and waveform replication software. This announcement is only to provide the mechanical test system. The successful offeror for the mechanical system will assume responsibility to integrate the government furnished Jaguar control system from Spectral Dynamics as part of their offer under this acquisition; d) Offerors may propose any configuration or design of the mechanical system. The system must be able to provide simultaneous 3D translation vibrations in the specified ranges of frequency and magnitude. It is highly desired that the rotational vibration motions on the simulated tool handle (to be mounted on the vibration table) in the system would be minimized. It is suggested that the mechanical system will be composed of vibration-isolation base, a system installation frame or fixture, three electromagnetic shakers that may be arranged in three perpendicular axes or in other geometry configurations, and a flexible/universal linkage assembly that connects the shakers to a handle table. An instrumented handle will be fixed on the table. (The actual handle is not intended to be part of this acquisition.) A human test subject will grasp the handle and apply certain gripping and push forces to the handle. It is desired that the offeror would provide a completed mechanical system except the instrumented handle. Detailed technical designs are required . Engineers from NIOSH will review and approve the design before the mechanical system will be fabricated; and e) The system must be able to work in either 1D, or 2D, or 3D mode. MECHANICAL SYSTEM SPECIFICATIONS: a) The mechanical system must be able to provide the controlled vibrations in the frequency range of 5 Hz to 500 Hz (at the least) simultaneously in three axes. It is highly desired that the fundamental natural frequency of the assembled system would be higher than 500 Hz; b) The intensity of random vibration of the instrumented handle must be equal to or higher than 104 m/s2 rms (root mean square) acceleration and 15g peak under a sinusoidal signal, assuming the handle weight as 5 lbs. The peak sinusoidal acceleration in the order of 20g, however, would be desired. To achieve such a level of acceleration, it is recommended that the = vendors should consider shakers that can generate 300 lbs to 600 lbs sine peak force; c) The maximum vibration displacement of the instrumented handle in each of the three axes must be at least 0.5 inch or 12.7 mm (peak to peak value). A mechanism for easier alignment of the three shakers with the linkage assembly must be available. The side loads (transverse compliance) are desired to be below 5% (as rated for the shakers), under 150 N (34 lbs) feed force imposed by a human subject; d) It is highly desired that the rotational vibrations due to coupling between the three axes be minimized. This may require optimal design of the flexible linkage system, specifically the length of the linkage arms; e) It is desired that flexibility or rigidity of the linkage assembly be adjustable so that the system could be configured to simulate different vibration spectra from different tools. (Replacing the linkage arms with different rigidities or reinforcing the arms may achieve this.); f) The mechanical system must provide sufficient space for an adult to stand in front of the system while he/she grasps the handle with his/her forearm horizontal = and elbow angle at 900. The overall height and platform dimensions will be specified when the purchase is awarded, based on the vendor?s system conceptual design; g) The vendor shall provide installation; check out testing; user training; and system documentation (user?s manual and technical specifications of all the devices); h) The system must be safe for human subject tests. Subject noise exposure must be less than 85 dB. (Note: The cooling blowers for the shakers will be installed in a different room from the shaker system. Silent mufflers are required to minimize the noise from the cooling blowers. Considerable noise is also expected to arise from the ducts and air flows in and out around the shaker housings. It may be isolated with soundproof panels installed in front of the shakers. It would be preferable to design the cooling system with a single cooling fan. A thermostatically controlled cooling blower is highly desirable to minimize the usage of the blower .); and i) Labor and parts warranties must be at least for one year. EVALUATION FACTORS: Offers will be evaluated for technical compliance with the specifications, price and past performance. The Government desires delivery within 180 days after receipt of contract. This delivery = schedule, however, is negotiable. Offers shall propose based on a delivered price, F.O.B. Destination (Morgantown, West Virginia). Information provided must demonstrate the mechanical system?s ability to meet or exceed the stated technical requirements/specifications or your offer may be rejected. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal is determined to be most advantageous and the best value to the Government. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items (Oct 2000); 52.212-4, Contract Terms and Conditions -- Commercial Items (May 1999) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2001). Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 ?Convict Labor (E.O. 11755)?, 52.233-3 ?Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759)?; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g = and 10 U.S.C. 2402); 52.203-10 ?Price or Fee Adjustment for Illegal or Improper Activity?; 52.219-8, Utilization of Small business concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)); 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36 "Affirmative Action for Workers With Disabilities"; 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.225-1 "Buy American Act ?Balance of Payments Program -- Supplies"; 52.225-13, ?Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129)?; and 52.232.34, ?Payment by Electronic Funds Transfer?Other than Central Contractor Registration (31 U.S.C. 3332)?. OFFERS ARE DUE JULY 18, 2001, 2:00 p.m. local prevailing time. The offer acceptance period shall be at least 60 days. SUBMIT THE FOLLOWING INFORMATION TO: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2001-N-04001, 1095 Willowdale Road, Morgantown, WV 26505: (1) Original and two copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (vendor proposal) containing item description with pricing, a delivery schedule, and published price lists for components (if available); (3) completed Representations and Certifications -- Commercial Items, FAR 52.212-3; (4) information which demonstrates compliance with specifications for evaluation purposes. References of past performance on similar work are also required; and (5) acknowledgment of solicitation amendments, if any. Facsimile Offers are not authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Simplified acquisition procedures will be utilized. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/HHS/CDCP/MNIOSH/2001-N-04001/listing.html)
- Record
- Loren Data Corp. 20010621/66SOL004.HTM (D-170 SN50P3B9)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on June 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|