Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

K -- UPGRADE TO 100-KIP CRYOGENIC TEST FRAME AND ASSOCIATED EQUIPMENT

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM05120244
 
Response Due
8/11/2005
 
Archive Date
7/20/2006
 
Description
NASA/MSFC has a requirement for an UPGRADE TO A 100-KIP CRYOGENIC TEST FRAME: Item #1 Extend the columns to the 100 -KIP CRYOGENTIC TEST FRAME QTY: 2 EA, Item #2 Provide Training on Materials Test Systems (MTS) Test Equipment (MTS FlexTest SE system, MTS Multipurpose TestWare application for general purpose testing, MTS TestWorks 4 application for tensile testing, and MTS Fatigue and Fracture testing applications) QTY: 1 LOT, Item #3 TestWorks 4 Software, QTY 1 EA, and Item #4 Digital Control Systems, QTY: 1 LOT. The hardware portion of the procurement is to extend the existing 10 foot long column and lift cylinders by 24 inches. MTS is the original manufacturer of this equipment and has the design requirements on file. The software/controller portion consists of MTS FlexTest Controllers, and three computers with factory installed software. The third portion of the procurement is an on-site four-day training class for the controllers/software required for learning the new functions on these controllers as well as existing controllers purchased last year. NASA/MSFC intends to purchase the items from Materials Test Systems, Cummings, GA. This is an upgrade to existing MTS equipment. MSFC is striving to maintain a level of compatibility and uniformity with its existing systems. Utilizing software and controllers that are not compatible with existing equipment will result in significantly higher costs and additional time spent by MSFC to perform tests. Also, utilizing compatible components will reduce the potential for errors when conducting the required tests. MTS controllers/software have been found to be the most reliable and accurate products available for the type of testing performed on this type of testing machinery. There are no known sources other than MTS that can supply the controllers/software which have the level of accuracy necessary to satisfy the Government?s testing requirements. ?Accuracy? in this instance refers to the capability of the equipment to consistently perform repetitive tests within very low operational tolerance/accuracy limits established for the tests. This upgrade will be a drop-in type upgrade configured by the manufacturer of the original equipment, MTS Systems Corporation. The items included in this upgrade are existing MTS designs that fit and are configured to operate MTS equipment. MTS Systems Corporation is the manufacturer and sole distributor of the proposed equipment and only sells direct to the customer. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on July 26, 2005. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". 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#116406)
 
Record
SN00851351-W 20050722/050720212719 (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.