SOLICITATION NOTICE
66 -- 55-kip and 22-kip Servo Hydraulic Test Load Frames
- Notice Date
- 11/2/2012
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-13-R-0005
- Archive Date
- 12/1/2012
- Point of Contact
- Carmen McClanathan, Phone: 7193330809, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
carmen.mcclanathan@us.af.mil, Diana.South@us.af.mil
(carmen.mcclanathan@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 10 CONS/LGCB, Operational Contracting Office, US Air Force Academy (USAFA) intends to award a brand name/sole source purchase to MTS Systems Corporation for 55-kip and 22-kip Servo Hydraulic Test Load Frames. This procurement is for the acquisition of brand name/sole source commercial items using simplified procedures in accordance with FAR Parts 12 and 15. The North American Industrial Classification System (NAICS) number is 334519 and the business size standard is 1,705. a. Only one responsible source and no other item will satisfy the USAFA requirement. b. MTS Systems Corporation is the only company that can provide the items required to interface with the current hydraulic supply system at USAFA Dean of Faculty's Department of Engineering and Mechanics (DFEM). c. MTS is a large business highly specialized in servo-hydraulic mechanical testing systems. MTS test frames are required to interface with DFEM's current MTS equipment, software, control systems and maintenance contract. There are no other distributors or vendors for MTS products. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. SPECIFICATIONS: The systems shall be equal to or better than the following: CLIN 0001, 55-kip Servo Hydraulic Test Load Frame - Frame shall have a max capacity of 55-kip - The system shall have sufficient load frame, actuator, servo-valves, and LVDT and load cells to accommodate a 55-kip load - Load Frame - 55-kip, 83 inches vertical test space or more - 10 inch actuator stroke or more - 10 inch LVDT or more - Must be able to interface with the MTS TestStar IIm controllers - Must be dynamic rated - Base plate mounted actuator - Dual post load frames - Footprint shall be 30" by 44" or less - All components must be fatigue rated to max capacity of the frame - Must have cylinder-centric actuator design for high frequency testing - Test at 50 Hz or greater - Servo-Valves - Must operate on 3000 psi or less - Two-stage nozzle design - 15 gpm - Must be able to operate at frequencies of at least 50 Hz - Must be able to interface with MTS TestStar IIm controllers - Load Cell - Fatigue rated - Full scale must be within the maximum load of the frame - Must have dynamic load rating to the maximum load of the frame - Must be able to interface with MTS TestStar IIm controllers - LVDT/Actuator - Fatigue rated - Full scale must be within the maximum load frame - Must have dynamic load rating to the maximum load of the frame - Must be able to interface with MTS TestStar IIm controllers CLIN 0002, 22-kip Servo Hydraulic Test Load Frame - Frame shall have a max capacity of 22-kip - The system shall have sufficient load frame, actuator, servo-valves, and LVDT and load cells to accommodate a 22-kip load - Load Frame - 22-kip, 66 inches vertical test space or more - 10 inch actuator stroke or more - 10 inch LVDT or more - Must be able to interface with the MTS TestStar IIm controllers - Must be dynamic rated - Base plate mounted actuator - Dual post load frames - Footprint shall be 30" by 41" or less - All components must be fatigue rated to max capacity of the frame - Must have cylinder-centric actuator design for high frequency testing - Test at 50 Hz or greater - Servo-Valves - Must operate on 3000 psi or less - Two-stage nozzle design - 10 gpm - Must be able to operate at frequencies of at least 50 Hz - Must be able to interface with MTS TestStar IIm controllers - Load Cell - Fatigue rated - Full scale must be within the maximum load of the frame - Must have dynamic load rating to the maximum load of the frame - Must be able to interface with MTS TestStar IIm controllers - LVDT/Actuator - Fatigue rated - Full scale must be within the maximum load frame - Must have dynamic load rating to the maximum load of the frame - Must be able to interface with MTS TestStar IIm controllers Any offerors believing they can provide the required equipment provide evidence for consideration. All qualified sources may submit a response, if received timely, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 12:00 pm Mountain Standard Time (MST) on 16 November 2012. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with OnlineRepresentations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 15. The closing date of this synopsis is 12:00 pm, Mountain Standard Time (MST) on 16 November 2012. Questions should be addressed to the Primary POC Carmen McClanathan, Contract Specialist, (719) 333-0809 or sent via e-mail to carmen.mcclanathan@us.af.mil. Alternate POC is Diana Myles-South, Contracting Officer, (719) 333-8650, Diana South@us.af.mil. 5352.201-9101 Ombudsman (June 2010): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: Kelly.Snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-13-R-0005/listing.html)
- Place of Performance
- Address: USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN02923809-W 20121104/121102234127-a491341c0d21675faeff6edfbb16e275 (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 |