SOLICITATION NOTICE
66 -- 3 ea Automated consolidation system w/ data acquisition and software, load cells measuring applied pressure, and LVDTs for measuring consolidation or swell, 3 ea Fixed ring consolidation cell 2.0" dia, 3 ea Fixed ring consolidation cell 4.0" dia.
- Notice Date
- 3/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- R11PS80547
- Response Due
- 3/15/2011
- Archive Date
- 2/29/2012
- Point of Contact
- Beverly Parker Contract Specialist 3034452107 bparker@usbr.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for 1 Automated soil consolidated system for ASTM D2435, D3877, AASHTO T216, Signal conditioning sensors, Software, and Software maintenance 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. (ii) The solicitation number is R11PS80547 and the solicitation is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-48. (iv) The set-aside is Total Small Business, the associated NAICS code is 325998, and the small business size standard is 500 employees. (v) The following is the contract line item number (CLIN) and items, quantities and units of measure.(CLIN 0001) The consolidation equipment should consist of a fully-automated, incremental pressure controller for performing incremental consolidation and one-dimensional swell tests. The equipment should allow consolidation and constant load and volume swell tests to be run automatically. The equipment should be designed to run incremental consolidation tests according to ASTM D2435 Method B, where successive load increments are applied after 100% primary consolidation. Once a sample has been placed onto the test platform and the test conditions set, the equipment, used in conjunction with a computer and supplied software, should perform all consolidation tests, including moving to the next stress level, without operator assistance. The system should automatically move through the different test parameters specified by the user with incremental consolidation tests typically being completed in 24 to 48 hours. The software should use sample deformation readings taken from the displacement transducer and load readings from the load cell to maintain a constant applied stress or strain to the sample through the use of an accurate stepper motor. Test results should be recorded and rendered in real-time on the computer screen while test data is stored and calculations are performed automatically. In general, preference will be given to more compact systems. In addition to the above general requirements, the equipment should adhere to the detailed specifications as follows: Automated Consolidation System for ASTM D2435, D3877, AASHTO T216."Fully Automatic Consolidometer with incremental pressure controller"Actuator assembly utilizes "Conbel" dual pistons for applying loads"Pneumatic system"Incorporates bridge type strain transducer and 2,000 lb load cell"Capable of 32tsf loads on typical 2.5" sample"Unit connects to computer via supplied USB cable"Software uses input from force and displacement transducers to control stepper motor for moving to next stress level automatically"Total of 5 consolidation units may be controlled off same computer Signal Conditioning"Signal Conditioning system for sensors shall include the following:"Precision internal power supply for providing 10v input, 0-100mv output for included sensors"Provide 4 channels of 12 bit analog to digital conversion ? A/D module shall reside inside the unit and connects to computer via supplied USB cable to USB port"Capable of taking 20 readings per second (minimum)"Built in calibration routines Software"Windows based software included for complete control of all test functions may be installed on typical off the shelf laptop or PC"Software developed and supported directly from manufacture of unit either by phone or internet"Software controls all load and unload sequences after initial setup with minimal operator intervention."Software provides real time data tabulation as well as graphic presentation of test progress"Final report data reported in Microsoft Excel in understandable report style formats with all test data, necessary graphs and test calculations"Report may be modified to fit end users needs"Automatic recovery of data if PC shut down without loss of data"Software may be installed on additional computers at facility without additional licensing requirements"Data accessible over network"Free updates of software accessible and downloadable from suppliers web site"Simple step thru setup guides supplied to guide thru complete operation including setup, operation and reporting"101/220 VAC 50/60 Hz, 5 Amp (requires computer - Pentium 4 or faster, 1GB RAM, 300MB swap space, CD-ROM, 1024 x 768 display resolution)"Supporting documentation for complete operation (vi) The description of requirements for the items to be acquired is described in (v). (vii) The following are the date and place of delivery and acceptance and FOB point.(0001) The equipment must be delivered by April 15, 2011. (0002) The place of delivery, acceptance, and FOB point is the Denver Federal Center, 6th Ave. and Kipling St, Building 56, Denver, CO 80225. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The offerors' following criteria will be evaluated in this order: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance. (x) If the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov, the offeror shall complete only paragraph (b) of 52.212-3, Offeror Representations and Certifications -- Commercial Items. If an offeror has not completed the annual representations and certifications electronically at http://orca.bpn.gov, the offeror shall complete paragraphs (c) through (o) of 52.212-3, Offeror Representations and Certifications -- Commercial Items. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause applicable to the acquisition are 8, 10, 21, 22, 23, 24, 27, 31, 39, and 42. (xii) Please submit your offers electronically to bparker@usbr.gov no later than 12:00PM MST Friday, March 15, 2011. (xvi) Please contact Beverly Parker at (303) 445-2107 or bparker@usbr.gov for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e0919a9c17e1fec14341859969d3a3fe)
- Place of Performance
- Address: Bureau of ReclamationDenver Federal Center6th and Kipling, Bldg 56Denver, CO 80225-0007
- Zip Code: 802250007
- Zip Code: 802250007
- Record
- SN02390516-W 20110303/110301234910-e0919a9c17e1fec14341859969d3a3fe (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 |