Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2012 FBO #3963
SOLICITATION NOTICE

L -- SERVICE OF SERVO-HYDRAULIC EQUIPMENT

Notice Date
9/28/2012
 
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
NNC13CHA001Q
 
Response Due
10/19/2012
 
Archive Date
9/28/2013
 
Point of Contact
Angela M Anderson, Contract Specialist, Phone 216-433-5212, Fax 216-433-2884, Email angela.m.anderson@nasa.gov - Leahmarie Koury, Contracting Officer - Lead Exploration Systems, Phone 216-433-2137, Fax 216-433-2480, Email Leahmarie.Koury@nasa.gov
 
E-Mail Address
Angela M Anderson
(angela.m.anderson@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/GRC has a requirement for maintenance, repair, and calibration for the 50+ Government owned universal load frames at Glenn Research Center. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. If you are viewing this solicitation on the fedbizops website, you must check the NASA Business website for amendments, attachments and forms (this is due to the fedbizops software 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 offerors responsibility to check the NASA Business website for any amendments. This notice is being issued as a Request for Quotations (RFQ) for one (1) year of maintenance with four (4) possible one-year options for the service of servo-hydraulic equipment per the following SOW: This contract is to cover maintenance, repair, and calibration for the 50+ Government owned universal load frames at Glenn Research Center.This equipment resides in the Structures and Materials Division and is used for materials characterization testing for the various programs supporting Space and Aeronautics.Research involving this equipment often 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 rigs are 20 and 50 kip uniaxial test systems. There are also several axial/torsion, high frequency 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 458 servocontrollers. There are also Instron controlled systems as well as MTS digitally controlled systems. An equipment list is available upon request. The Contractor shall provide service support to maintain the proper operation of these test rigs. This shall include: identification, repair or replacement of defective electronic and mechanical components, tuning of test rigs, and other necessary repairs to ensure the proper functioning of these rigs. The term rig constitutes the load frame, controller, sensors, hydraulic pumps and lines, gripping system, environmental chambers, heating systems, and ancillary equipment, which may include any device connected to the rig and used to conduct the test. The Contractor shall also provide calibration services as requested by NASA on an as needed basis. This may include on-site calibration of LVDTs, RVDTs, extensometers, and load cells under static and dynamic conditions, including the alignment of the load train.All calibration standards and equipment used for this purpose shall be NIST traceable. The contractor shall be compliant with the requirements in ANSI/NCSL Z540-3 and ISO 9001. Also, all load 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 Government estimates an average of one week of onsite service support and calibration activity per month or approximately 12 hours of labor per month for diagnosis and repair and approximately 16 hours of labor per month for calibration of load cells and LVDTs (aggregate for all machines). Most transducers are on a 2 year calibration cycle, so the work tends to be sporadic (high number of calibrations over short intervals separated by long intervals with no calibrations). The contractor shall supply evidence of experience in the service and calibration of relevant Government owned equipment and shall provide references of previous 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 $19 million respectively. The offeror shall state in their offer their size status for this procurement. 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 Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than Friday, October 12, 2012 to Angela Anderson (Angela.M.Anderson@nasa.gov). Offers for the item(s) described above are due by 4:00 PM EST on October 19, 2012 to NASA Glenn 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, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act --Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items is applicable and the following identified clauses are incorporated 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 to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (See FAR 52.212-1(b)). NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC13CHA001Q/listing.html)
 
Record
SN02904002-W 20120930/120929000846-956e0afbaef19863c083e5997f6a2c83 (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.