Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOLICITATION NOTICE

66 -- GIGA-CYCLE FATIGUE SYSTEM

Notice Date
7/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09302704Q
 
Response Due
7/17/2009
 
Archive Date
7/9/2010
 
Point of Contact
Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-5489, Email sandra.a.brickner@nasa.gov<br />
 
E-Mail Address
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This procurement is set-aside for small business. This notice is being issued as a Request for Quotations (RFQ) for:Giga-Cycle Fatigue (GCF) Test system, Qty 1GENERAL SPECIFICATIONS are: The Vendor shall provide the following equipment.1) Electromagnetic Dynamic Exciter (Shaker).The Vendor shall supply an electromagnetic dynamic exciter (shaker) to drive agovernment-furnished test fixture-specimen load using high frequency sinusoidaldisplacement. The shaker converts electric power into mechanical displacements. Ifother than ambient cooling is required for continuous duty at 80% of the rated power,then the Vendor shall supply an appropriate cooling system which requires onlyconditioned room air and electrical power. The Vendor shall provide all power and datacables required for independent operation, with a minimum cable length of nine (9) feet. The Vendor shall provide SAE-threaded armature inserts of adequate size for the maximumrated capacity for attachment of loads. The Vendor shall provide a trunnion mountingsystem to rigidly attach the shaker to the laboratory floor. The shaker assembly weightshall not exceed 200 lbs. The shaker shall meet or exceed the following operatingcharacteristics.1. Minimum operating frequency range: DC (0 Hz) to 7000 Hz.2. Minimum peak force output for sine function loading (bare moving element armature):900 N (200 lbs.).3. Minimum peak acceleration output for sine function loading (bare moving elementarmature): 100 g.4. Minimum peak-to-peak displacement travel: 10 mm (0.4 inches).5. Minimum duty cycle for continuous air-cooled operation: 80% of peak rated force.6. Minimum peak acceleration output for continuous operation with an additional armatureload (GCF test specimens and attachment fixture) equal to 1.0 lbs.: 65 g.7. Minimum peak acceleration output for continuous operation with an additional armatureload (GCF test specimens and attachment fixture) equal to 0.2 lbs.: 90 g.8. Minimum peak-to-peak armature displacement output for continuous operation at 6000 Hzwith an additional armature load (GCF test specimens and attachment fixture) equal to 1.0lbs.: 0.035 mils.9. Minimum peak-to-peak armature displacement output for continuous operation at 7000 Hzwith an additional armature load (GCF test specimens and attachment fixture) equal to 0.2lbs.: 0.035 mils.10. Maximum electrical power consumption: 3 kW.2) Linear Power Amplifier.The Vendor shall supply a solid state linear power amplifier to drive the Vendor-suppliedshaker system for all ranges of operation specified previously. If other than ambientcooling is required for continuous duty, then the Vendor shall supply an appropriatecooling system which requires only conditioned room air and electrical power. The Vendorshall provide all power and data cables required for independent operation, with aminimum cable length of nine (9) feet.3) Electronic Controller and Data Acquisition System.The Vendor shall supply an electronic vibration control and data acquisition system tocontrol the shaker and record test results for the GCF test system. The system shallinclude sine closed loop control, and resonance search and dwell control, for thepreviously specified shaker minimum operating frequency range.Frequency shall becontrollable within one (1) Hz or less. The vendor shall supply software upgrades whenavailable for a period of one (1) year after delivery of equipment. The Vendor shallprovide all power and system data cables required for independent operation, with aminimum cable length of nine (9) feet.The system shall include the following additionalcapabilities and features.1. A minimum of one (1) 24-bit output channel for shaker control.2. A minimum of four (4) 24-bit input channels for the following signals: oneaccelerometer, one laser specimen amplitude control feedback, one laser specimenamplitude monitor (analog or TTL relay open/closed circuit), and one additional analogsignal to be determined.3. A data acquisition system hard drive with a minimum recording capacity of 100 GB.4. Minimum 49 kHz analysis bandwidth.5. A man-machine interface computer pre-loaded with controller system software, MSWindows XP operating system, and MS Office applications, with Core 2 Duo Intel processorrunning at 2.33 GHz or higher, minimum 4 GB RAM, minimum 500 GB 7200 RPM hard drive, 22LCD monitor.6. An accelerometer with signal conditioning as required, 20 foot cable and connectors,and attachment hardware, sized and compatible with all ranges of shaker operationspecified previously.4) Manuals, Support, and Delivery.The Vendor shall provide Installation, Operation, and Maintenance manuals for allequipment furnished. The Vendor shall provide a minimum of one (1) on-site visit andunlimited email and telephone application support for a period of one (1) year afterdelivery of equipment.The Vendor shall deliver without damage all equipment to GRC.Delivery of the item shall be to the NASA Glenn Research Center, 21000 Brookpark Road,Cleveland, Oh 44135. The provisions and clauses in the RFQ are those in effect through FAC 2005-34.NAICS CODE AND BUSINESS SIZE STANDARD:The North American Industry Classification System (NAICS) Code is 334515 and the smallbusiness size standard for this procurement is 500 employees. The offeror shall state intheir offer their size status for this procurementAll responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by July 17, 2009, COB, and may be emailedto Sandra.A.Brickner@nasa.gov or faxed to (216) 433-5489 and must include, solicitationnumber, proposed delivery schedule, discount/payment terms, warranty duration, taxpayeridentification number (TIN), CAGE code, DUNS Number, identification of any specialcommercial terms, and be signed by an authorized company representative. All contractual and technical questions must be in writing (e-mail or fax) to SandraBrickner not later than July 15, 2009.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), 52.219-28 Post Award Small Business Program Representation 19.308(d),52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor - Cooperationwith Authorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21, Prohibition ofSegregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246),52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793),52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts),52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.232-34, Paymentby Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31U.S.C. 3332). The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. http://genesis.gsfc.nasanote.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09302704Q/listing.html)
 
Record
SN01870166-W 20090711/090709235839-b11cd95b2bf63a5a527ec1ddb3dd27ea (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.