Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2009 FBO #2760
SOLICITATION NOTICE

66 -- Rheometer

Notice Date
6/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX09T0160
 
Response Due
6/23/2009
 
Archive Date
8/22/2009
 
Point of Contact
Hortensia E Tellez, 575-678-0697<br />
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(hortensia.tellez@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Interested persons may identify their interest and capability by submitting their proposal. (ii) The solicitation number is W911QX09T0160. This acquisition is issued as a Request for Quote (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 effective 14 May 2009. (iv) The associated NAICS code is 334516. The small business size standard is 500. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, Rheometer Platform; 1 each. (vi)Description of requirements: ARES G2 RHEOMETER PLATFORM OR EQUAL shall meet the salient characteristics listed below: Rheometer platform for viscosity and viscoelastic material characterization with separate motor and transducer technology, flexible temperature system options, independent component control, integrated fast data acquisition, and intuitive software. Wide torque range [0.05 N.m to 200 mN.m] and normal force range [0.001 N to 20N]. Brushless DC motor with air bearings, high-resolution angular displacements, and unlimited strain range in steady testing with a wide range of angular velocities [1E-6 to 300rad/s], and angular frequencies [1E-7 to 600 rad/s]. Software Platform for Flow, Transient (Creep and Stress Relaxation), and Oscillation experiments. Comprehensive data analysis package including curve fitting, user defined models, time-temperature superposition, and viscoelastic transformations; Air Dryer; Four Port Ethernet Switch for communication between instrument and an external controller; Force Convection Oven (FCO) with air/N2 gas convection and internal resistance thermometers for optimum temperature stability. Two stainless steel 25 mm parallel plates an upper 25 mm 0.1 rad cone (5.7 deg), and torsion rectangular fixture; two 50 mm stainless steel parallel plates and 50 mm 0.05 rad upper cone; two stainless steel 25 mm Serrated Plates; two Stainless Steel 8 mm Parallel Plates; two Stainless Steel Disposable Plate Fixtures. Ten 10 pair each (20) of the following sizes of aluminum disposable plates: 50 mm; 40 mm; 25 mm; 8 mm; Serrated 25 mm; Serrated 50 mm. Sample preparation kit including a punch and die set for creating 8 and 25 mm diameter discs from sheets up to 3 mm thick, a 25 mm diameter melt ring for containing pellets during melting, a precision knife for sample trimming, an Aluminum scraping tool and brass brush for cleaning plates; Peltier Plate; Environmental Control Box for Peltier Plate Temperature Control; Chilling fluid circulator used with Peltier Concentric Cylinder ; Peltier Plate fixtures including: 25 mm and 50 mm diameter Plates, 25 mm 0.1 rad Cone, and 50 mm 0.04 rad Cone; Peltier Concentric Cylinder (Couette) fixtures including 32 mm diameter DIN rotor, 34 mm diameter cup, and set of 40 mm plates. Testing Platform for extensional viscosity, etc; Installation according to ISO 9000 procedures & Onsite Training. Instrument platform shall consists of one rigid test station with separate enclosures for the instrument and environmental electronics; steel frame design for minimum frame compliance; Axial compliance of the instrument shall not be higher than +/- 0.1 m/N; include 'emergency off' switches for both the oven and the motor on the test frame to enable immediate termination of instrument operation. Actuator: Direct drive, brushless DC servo-motor controlling both angular strain/displacement and shear rates directly- not through a feedback loop. Strain Control: direct control of dynamic strain amplitudes down to 1 rad, with a displacement resolution of at least 0.04 microrad. Stress-relaxation: True step-strain (stress relaxation) experiment, without the use of a feedback control loop or a user-input modulus/viscosity target, with rapid rise times on the order of 10 msec for typical step strains. Steady Rate Range: Steady angular rates from10-6 rad/s to 300 rad/s with less than 1% deviation in strain rate regardless of the sample, in both clockwise and counterclockwise directions, and step velocity changes with a rise time on the order of a few ms. Frequency Range: Between 1e-7 to 600 rad/s with an accuracy greater than 99%. Transducer: Measures torque and normal forces; torque range up to 200 mN.m (2,000 g.cm); resolution of at least 5x10-6 mN.m (5x10-5.g.cm). Linear torque transducer with hysteresis less than 0.05% over the full range. Thermal drift effects less than 0.002/C. Accurate measurements from 50 nN.m to 200 mN.m (2,000 g.cm) over the full frequency range for the instrument. Axial/Normal Force: The transducer shall have the ability to measure axial force via a non-compliant mechanism with an upper limit of 20 N or greater and a minimum resolution of 5x10-5 N. Oven control: Forced air convection oven utilizing heater guns with counter-rotating air flow; heating and cooling over the temperature range of 150 to 600 C with viewing port for easy sample viewing. Forced convection oven liquid nitrogen controller extending the lower temperature range of the forced convection oven (FCO) to -150 deg C by evaporation of liquid nitrogen. Gaseous nitrogen oven heat transfer medium and inert atmosphere for sample testing; Forced convection oven camera viewer providing illumination and viewing of the sample without opening doors shall work over entire temperature range of the FCO (-150C to 600C). Peltier Plate Systems: Peltier temperature control for parallel plate and cone-plate analyses; linear temperature control from 30 to 180 C, with heating/cooling rates of 30 C/min and control stability of 0.01 C; solvent trap; camera viewer to monitor/record the testing. Sealed Fluids Bath / Concentric Cylinder System for use in Couette-style testing. Shall also allow for parallel plate / cone-plate testing. Temperature range with standard circulator and fluids shall be 10 to 150 C. Control Software: Pre-defined test procedures or scripts including oscillatory, steady flow and step (transient) test modes: For oscillation: Stress, Strain, Frequency, Temperature sweeps, Temperature ramp, and parallel superposition on steady shear. For Flow modes: Stress, rate, temperature sweep with time base or steady state sensing sampling; For Step modes: relaxation, creep, and stress growth experiments Advanced test modes such as the application of a strain waveform that is the sum of the Fourier series described by a sinusoidal strain at a fundamental frequency, and multiple sinusoidal strains; the application of an arbitrary waveshape with a user-defined deformation enabling the application of non-sinusoidal deformation to the sample material (e.g. square waves, etc.) as well as strain impulses from which viscoelastic response can be derived; a suite of axial test modes with the normal force transducer component including squeeze-flow tests, probe penetration tests, and quasi-static tensile tests, compression tests, adhesive tack and peel testing, etc Measuring systems: Standard parallel plates and cones for Peltier plate, forced convection oven, and electrically heated plates available in different materials including aluminum, stainless steel, titanium, plastics; Reusable/disposable plates /cones available for force convection oven and electrically heated plates; A torsion rectangular fixture with clamp adjustment to accept variable sample thickness; Immersion fixture for torsion; Concentric cylinder geometry. Special application test fixtures such as extensional viscosity fixture for elongation measurements of polymer melts, Film-fiber fixture for testing films and fibers in oscillation, Compression/Tension fixtures, tack tools, bi-cone for surface tension measurements. Software specifications: Shall conform to the industry standard Microsoft Windows operation system; raw data or instrument parameters shall be accessible at anytime; software shall make use of Windows conventions and features; include image capture and streaming video capability; operate on same controller as thermal analysis modules. Data export into MSExcel/ASCII and XML format. Ability to run on any computer. Data analysis options shall include various modeling functions including: Mathematical model: Polynomial, exponential, sine/cosine, Fourier series, Flow: Newtonian, Casson, Bingham, Herschel-Buckley, Power Law, Sisko, Cross, Williamson, Ellis, Carreau, Best fit Polynomial. Creep: discrete retardation spectrum, Burger model. Oscillation: Discrete and continuous relaxation spectrum, Spriggs, Oldroyd and Coz-Merz; Stress relaxation: Discrete and continuous relaxation spectrum; User defined model; Software shall include transformations of G, G, G(t), J, J, J.; Time-Temperature Superposition, with horizontal and vertical shift, and automatically generation of master curves. Time/Temp Superposition capability shall be built into the software package. Automatic determination of rheological parameters such as Zero Shear Viscosity, Plateau Modulus, Equilibrium Compliance, and Flow Activation Energy. Molecular weight and Molecular Weight Distribution calculations shall be available. UV-Curing Option: UV light source with high-pressure mercury lamp and radiometer, upper tool with removable 20 mm quartz plate, lower disposable tool with 20 mm stainless steel plate, light source mount and collimator, UV light shield, guide, remote radiometer & dosimeter, Disposable acrylic upper and aluminum lower plates for rigid coatings. Usable with the Peltier Plate (-30C to 150C) and Bath (-10C to 140C) temperature control. Dielectric Thermal Analysis Option: For 115 V/60 Hz utilizing a dielectric bridge (20 Hz to 1 MHz; 0.005 to 20 V), acquiring simultaneous permittivity and tan delta data during temperature or time based testing of materials. Electro-Rheological Analysis for simultaneous study of rheological properties under the influence of precise high AC / DC voltages. Include high voltage/current amplifier (4000 V potential and 15 mA current (AC and DC) with slew rate of 100V/microsecond, and gain bandwidth of 35 MHz), an oscilloscope, safety panels, interlocks, and upper tool insulator assembly. (vii) Delivery shall be made to Government POC in Aberdeen Proving Grounds, MD. Acceptance shall be performed at Aberdeen Proving Grounds, MD. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: 1. Technical. The technical evaluation will be a determination as to whether the proposed product meets all of the specifications set forth in the solicitation. The technical evaluation will be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a product so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 2. Past Performance. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Include records of at least 2 recent sales and identify a point of contact for each by providing a name, phone number, or email address for each record. 3. Price. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause none. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities ; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 252.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission Of Payment Requests. Clauses and provisions are incorporated by reference and apply to this acquisition. Full text of the clauses and provisions can be obtained at http://farsite.hill.af.mil/ (xiii) The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.016-4407 Type of Contract; 52.005-4401 Release of Information; 52.032-4418 Tax Exemption Certification. A copy of the full test of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations system (DPAS) as: None. (xv) The following notes apply to this announcement: None. (xvi)Offers are due on 23 June 2009 by 10:00 AM Mountain Daylight Time (MDT) at the US Army Research laboratory, CCRD-AD-WS, Bldg 1624, White Sands Missile Range, NM 88002-5512 or via email hortensia.tellez@arl.army.mil. (xvii) For information regarding this solicitation, please contact Hortensia E. Tellez at 575-678-0697 or email at hortensia.tellez@arl.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX09T0160/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD<br />
Zip Code: 20783-1197<br />
 
Record
SN01845448-W 20090617/090615235514-53b5fffde8155ee04b700ab840b487d3 (fbodaily.com)
 
Source
FedBizOpps 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.