Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2004 FBO #0789
SOLICITATION NOTICE

66 -- Laboratory Equipment for the United States Naval Academy, Annapolis MD.

Notice Date
1/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-04-Q-1037
 
Response Due
1/30/2004
 
Archive Date
2/14/2004
 
Point of Contact
Michael Capilato, Contract Negotiator, Phone 215-697-9647, Fax 215-697-5418, - Rocco Siravo, Contracting Officer, Phone 215-697-9640, Fax 215-697-5418,
 
E-Mail Address
michael.capilato@navy.mil, rocco.siravo@navy.mil
 
Description
FISC Norfolk Detachment Philadelphia intends to procure Laboratory Equipment, including Electromechanical Universal Testing Machines and associated materials for the United States Naval Academy, Annapolis, MD. The purpose of the equipment is for the training of students, laboratory experiments, and research. Request for Quotation (RFQ) N00140-04-Q-1037 contemplates a firm fixed price contract. Delivery of supplies is required no later than 01 June 2004. This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a full and open competitive procurement. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS Code is 421490. It is requested that qualified sources are capable of providing the following Contract Line Item Numbers (CLINs): CLIN 0001 ? (3 Each) LoCap Electromechanical Universal Testing Machine (30,000 lb. capacity); CLIN 0002 ? (3 Sets) LoCap Screw Covers (30,000 capacity); CLIN 0003 ? (3 Packs) Test Navigators Standard Software Package; CLIN 0004 ? (3 Each) Closed Loop Control; CLIN 0005 ? (3 Each) Computer Control System; CLIN 0006 ? (3 Each) Installation and Service; CLIN 0007 ? Shipping. The specifications are as follows: Universal Testing Machine equipped with a minimum 30,000 lb. capacity strain gage load cell; Screw type load frame construction with screws supported both top and bottom for rigidity; Automatic backlash eliminators to eliminate mechanical lag in the loading system; Presettable automatic crosshead travel limit switches for raise and lower directions; Modular system must accept a range of additional load cells and other transducers; Drive System Capacity ? 30,000 lbf; Vertical Load Frame Clearance ? 50? tension and compression; Horizontal Load Frame Clearance ? 22? minimum; Speed Range 0.002 to 2? per minute to capacity, 2-20? per minute for fast crosshead positioning; Speed Accuracy ? plus or minus 0.1% of set speed; Load Cell ? bi-directional 30,000 lb. strain gage load cell, Resolution should be 1/100,000 of capacity or better, Accuracy within plus or minus 0.5% of the indicated load from 1% to 100% of capacity; Position readout ? Precision optical encoder to read in either inches or millimeters, Maximum resolution should be 0.0001 in or 0.001 mm, Accuracy within plus or minus 0.1% of reading; Indicating and control system to include ? Display of force (in either lbf, N, or kgf), position (in either inches or millimeters), strain (in appropriate units) and speed (in either inches or millimeters), Closed loop computer control (of load/strain/position), Control system to include a handheld terminal to provide functionality for setting closed-loop speed, crosshead up/down, return, and stop in manual control mode and peak value display; Data acquisition ? Integrated computer data acquisition for load, position and strain (as from a strain gage extensometer), Data capture rate ? 500 Hz or greater, Analog outputs (BNC type) for each signal for external acquisition and processing ? accurate within 1% of range from 1% to 100% of capacity; Hardware requirements for Computer Control and data acquisition system ? Pentium IV 2.0 Ghz with 128 Mb of RAM, 20 Gb Hard Disk, CD/RW drive, Internal 250 Mb Zip drive, 1.44 Mb 3.5? Floppy, Mouse, Keyboard, One (1) 9-pin Serial Port, Six (6) USB Ports, One (1) Parallel Port, Gigabit network adapter, 17? Flat Panel Monitor, Separate RGB output for LCD projector; Standard Tooling ? Top and bottom compression platens, Upper and lower stud for attaching test tools; Operating temperature range ? 50 to 100 degrees F; Humidity range ? 10% to 90% non-condensing; Installation and Service ? service to verify proper installation, calibrate, and train personnel on the operation of the machine. The provision at 52.212-1, Instructions to Offerors ? Commercial Items, is applicable to this procurement. Offerors are advised to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition or Segregated Facilities; 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; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Quotes shall be received at FISC Norfolk Detachment Philadelphia, Bldg. 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 4PM (local time) on 30 January 2004. All responses may be e-mailed to Mike Capilato at: michael.capilato@navy.mil, or faxed to (215) 697-5418/9569, and reference control number 2004-1037. For additional information concerning this requirement, please contact Mike Capilato, Code 02P21D, at (215) 697-9647.
 
Record
SN00509208-W 20040125/040123212545 (fbodaily.com)
 
Source
FedBizOpps.gov 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.