SOLICITATION NOTICE
66 -- STRAIN AND MOTION ANALYSIS SYSTEM
- Notice Date
- 1/25/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM05097423Q
- Response Due
- 1/31/2005
- Archive Date
- 1/25/2006
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for Strain and Motion Analysis System Quantity 1 Salient Features: A turnkey imaging system is needed in support of SRB hold-down stud ejection firing tests at MSFC. The tests consist of actuating a frangible nut with two explosive charges to release the hold-down stud. The system is needed to track both the resultant strains in the fracture areas of the 3-1/2" nuts as well as track the 3D motion of the nut halves as they move away from the stud. The system shall also track the 3D motion of the stud as it drops. The imaging based system shall measure three-dimensional coordinates, deformation, and strain distributions using 3D image correlation photogrammetry from no more than 2 cameras per measurement location. The system shall also be able to conduct these analyses using user provided 25,000 frames per second high-speed video. The system shall also provide shearography capabilities using ESPI NDT technology for real time differential displacement measurements. The system shall be portable for in-situ testing and at least meet the requirements specified below. - Strain measurement from 0.02% to at least 100 %. - Motion analysis accurate to 0.030" over a 10 ft2 field of view. - Remote operation capabilities. - Triggering input system. System trigger shall be capable of correlation to the global data acquisition for the test to enable timing quantization of events. - Dynamic 3D position tracking of specific locations on a test specimen. - High data point density enabling full-field graphical display of displacements and strains. - Supplied software shall include: o Image correlation and photogrammetry algorithms o Automatic scanning of a set of images o Graphical display of displacement and strain on a 3D depiction of the test article geometry o Automated acquisition and startpoint capabilities o Automated calibration of CCD cameras utilizing an ISO9000 and NIST traceable calibration standard with temperature compensation o Coordinate system transformation capabilities - High powered computer system for image processing and system control with a minimum of: o 2.8 GHz dual processors o 2 GB RAM o 200 GB HD o 128 MB Graphics Card - 1W solid-state portable laser for use in shearography with a coherence length of at least 20 meters requiring no alignment or calibration. - Two weeks of on-site training that includes theory and system operation. - The complete system shall be on-site at MSFC and operational within 10 days ARO. - Engineering support personnel for the system must be available in the United States for on-site consultation and/or maintenance. The provisions and clauses in the RFQ are those in effect through FAC 01-27. The NAICS Code and the small business size standard for this procurement are 334516 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to MSFC is required within 10 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by January 31, 2005, to Marianne Campbell and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.211-15, 52.247-34. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6,(alt 1), 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, & 52.232-33, 52.247.64 The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Marianne Campbell not later than January 27, 2005. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#114012)
- Record
- SN00739906-W 20050127/050125212429 (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 |