Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOURCES SOUGHT

66 -- Universal Mechanical Testing System

Notice Date
8/17/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-09-1062344-SS
 
Point of Contact
Karen R. Petty, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small business (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses. The Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS), Division of Acquisition Operations (DAO) is seeking to obtain an Universal Mechanical Testing System. Background A non-hydraulic high speed universal mechanical testing system with high displacement resolution but long stroke and the capability for high and low force applications and fatigue loading is needed in OSEL/DSFM to support ongoing research in polymer mechanical characterization and cardiovascular stent testing. The system shall come with instrument controller computer and software that will be dedicated solely to the operation of the mechanical testing system. Specifically, the universal mechanical testing system will immediately be used to measure static mechanical properties in bioabsorbable polymers and for axial fatigue testing of cardiovascular stents. These are ongoing projects in our laboratory, some of which have active ASTM participation. It is critical to the success of our projects that the mechanical testing system has significant versatility and be able to support numerous projects with strokes ranging from less than 1mm to 30mm and be compatible with a range of forces. The mechanical testing system should be capable of static, monotonic tests as well as fatigue loading. The mechanical testing system should be versatile enough to allow for future add on components including temperature controlled saline chambers, additional load cells, and fixtures for different types of loading modes including pulsatile fatigue testing of stents. Performance Work Statement The need for a high quality axial universal mechanical testing system that is capable of static, monotonic and fatigue loading is critical for the success of our projects. The system shall allow for full user control and be versatile enough to use long and short strokes, high and low forces, allow for tension and compression applications, and be service-able for future applications in biomaterials. OSEL/DSFM reserves the right to reject the system if it uses hydraulics due to maintenance difficulties and noise issues, cannot perform fatigue loading (100Hz), and/or has a stroke displacement of less than 10mm. Specifications The requirement shall include the following specifications for the non-hydaulic high speed universal mechanical testing system: Actuator technology based on linear motors; not hydraulic actuation Table top system for easy fit in the laboratory. System must be compact enough to fit within existing laboratory benchtops within DSFM (30inches x 72 inches). Dual column frame with adequate stiffness Axial loading for tensile and compression Ability to maintain axial alignment when lateral or offset eccentric loads are induced by grips or fixturing Load and displacement control tests available Capable of static and dynamic testing Static load capacity of at least 2000N Dynamic load capacity of at least 2500N A standard tension/compression load cell included in the base system with a force rating of 2000N and capable of functioning at high speed (greater than 10Hz, a fatigue rated tension-compression cell) Ability to also interface with very low force load cells down to 1N with an accuracy of 1/250th of the max reading Automatic load cell recognition within the instrument controller software Load cell accuracy of 1/250th of the max rating Brake engaged on power loss Electrically powered by 208-240V Crosshead status indicator to show system status (on, off, ready, etc) Optical encoder for axial displacement resolution of at least 2 microns or better A minimum of 500mm free space between table and max crosshead position 50mm displacement stroke or greater Electronic crosshead adjustment with manual locking features for safety and user control Position of linear axial actuator should be in upper crosshead Load cell position shall be above the sample or top fixture position and not within the t-slot table or below the specimen System shall be complete with instrument controller software and computer for user control The software shall allow for selection and modification of standardized mechanical tests in addition to custom tests defined by the end user. For example, the user should be able to upload data points as test parameters. The instrument controller software shall allow for fatigue loading as well as monotonic static loading The instrument controller software shall allow for calculation of common mechanical property constant including E, , yield stress, total elongation, etc. Temperature controlled air cooling of the instrument Automatic tuning capabilities for force control experiments Compatibility with immersion chambers for testing at physiologic conditions Compatibility for temperature controlled immersion chamber via an RS232 interface for easy access A frequency speed range of 0-100Hz Vertical configuration to allow for tensile and compressive testing On site training for OSEL/DSFM users T-slot table included Emergency stop Hand-held or move-able actuator jog and grip controls so that user can fine tune crosshead positioning while visually watching the sample and without the need to use the computer interface 1 year warranty On site training Able to operate under standard lab conditions with no additional heating or cooling requirements Contractors shall satisfy the following requirements. Provide a detailed description of your company’s (including its teammates, if applicable) experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: A fixed price contract is anticipated. This is a new requirement. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses to this notice shall be limited to [15] pages, and must include: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for NAICS _______ (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5.Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6.If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, shall also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted shall be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA, may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is for Government market research only, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONSES DUE: All capability statements must be received by email to: karen.petty@fda.hhs.gov, on or before August 21, 2009 no later than 4:30pm, EST. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1062344-SS/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN01915164-W 20090819/090818002433-862eac9c2624c31fbca03422da181006 (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.