SOLICITATION NOTICE
L -- SERVICE OF SERVO-HYDRAULIC EQUIPMENT
- Notice Date
- 3/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11370332Q
- Response Due
- 3/15/2011
- Archive Date
- 3/4/2012
- Point of Contact
- Angela M Anderson, Contract Specialist, Phone 216-433-5212, Fax 216-433-2884, Email angela.m.anderson@nasa.gov - Carol J. Cobbs, Contracting Officer, Phone 216-433-2771, Fax 216-433-2480, Email Carol.J.Cobbs@nasa.gov
- E-Mail Address
-
Angela M Anderson
(angela.m.anderson@nasa.gov)
- Small Business Set-Aside
- N/A
- 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 announcement constitutes the onlysolicitation, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. If you are viewing this solicitation on the fedbizops website, you must check the NASABusiness website for amendments, attachments and forms (this is due to the fedbizopssoftware design). Attachments and the SF 1449 for this procurement may be viewed at:http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. It is the offerorsresponsibility to check the NASA Business website for any amendments.This notice is being issued as a Request for Quotations (RFQ) for one (1) year ofmaintenance with four (4) possible one-year options for the service of servo-hydraulicequipment per the following SOW:This contract is to cover maintenance, repair, and calibration for the 50+ Governmentowned universal load frames at Glenn Research Center.This equipment resides in theStructures and Materials Division and is used for materials characterization testing forthe various programs supporting Space and Aeronautics.Research involving this equipmentoften involves the utilization of these machines at their resolution limits. Therefore,these machines must function according to their design specifications.The test equipment covers a wide range of load frames including, but not limited to,servohydraulic, electromechanical and screwdriven machines. The majority of these rigsare 20 and 50 kip uniaxial test systems. There are also several axial/torsion, highfrequency uniaxial, and custom-built high frequency/low frequency uniaxial test rigs. The majority of the rigs are controlled by analog MTS controllers, e.g. model 458servocontrollers. There are also Instron controlled systems as well as MTS digitallycontrolled systems. An equipment list is available upon request.This contract will provide service for maintaining the proper operation of these testrigs. This will include the rebuilding of servovalves and actuators, repair/replacementof electronic boards, tuning of test rigs, and other necessary repairs to ensure theproper functioning of these rigs. The term rig constitutes the load frame, controller,sensors, hydraulic pumps and lines, gripping system, environmental chambers, heatingsystems, and ancillary equipment, which may include any device connected to the rig andused to conduct the test. The contractor shall provide OEM parts for the replacement ofdefective components unless such components are obsolete. The contractor shall alsomaintain a spare parts inventory for the majority of the replacement parts such thatdown-time is minimized. The contractor shall also have the ability to manufacture uniquecomponents required for the rigs and produce them out of the correct choice of materials.The contractor shall also provide calibration services as requested by NASA. This mayinclude on-site calibration of LVDTs, RVDTs, extensometers, and load cells under staticand dynamic conditions, including the alignment of the load train. All calibrationstandards and equipment used for this purpose shall be NIST traceable.The contractorshall be compliant with the requirements in ANSI/NCSL Z540-3 and ISO 9001. Also, allload cell calibrations shall be done in the load frame without disturbing the grips,cross-head, or load-train alignment unless otherwise permitted, in writing, by NASA.The contractor shall provide support, including upgrades, for the MTS-suppliedGovernment-owned software packages. The contractor shall also provide training for thesepackages as requested by NASA.The contractor must be able to supply evidence of experience in the service andcalibration of relevant Government owned equipment and be able to provide references ofprevious contracts and customer contacts (references) upon request.The provisions and clauses in the RFQ are those in effect through FAC 05-01.The NAICS Code and the business size standard for this procurement are 811219 and $19million respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.Questions regarding this acquisition must be submitted in writing (e-mail is preferred)no later than Friday, March 11, 2011 to Angela Anderson (Angela.M.Anderson@nasa.gov). Offers for the item(s) described above are due by 4:00 PM EST on March 15, 2011 to NASAGlenn Research Center, Mail Stop 60-1, 21000 Brookpark Road, Cleveland, OH 44135, Attn:Angela Anderson. Offers must include solicitation number, FOB Destination to this Center,proposed delivery schedule, discount/payment terms, warranty duration (if applicable),taxpayer identification number (TIN), identification of any special commercial terms, andbe signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial, 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (JAN 2011), Contract Terms and Conditions Required to Implement Statutes orExecutive Orders- Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-50, 52.203-6, 52.204-10, 52.219-4, 52.219-28, 52.222-3,52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-37, 52.223-15, 52.223-18,52.225-1, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.222-44.The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 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)). Ombudsman has been appointed -- See NASA Specific Note 'B'.Any referenced notes may be viewed at the following URLs link below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11370332Q/listing.html)
- Record
- SN02394132-W 20110306/110304234630-ce7739dbd167598cdfa768d9281a1213 (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 |