Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2016 FBO #5389
SOLICITATION NOTICE

66 -- MATERIALS TESTING MACHINE

Notice Date
8/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
 
ZIP Code
44135
 
Solicitation Number
NNC16593645
 
Archive Date
9/21/2016
 
Point of Contact
Nancy M. Shumaker, Phone: 2164332133
 
E-Mail Address
nancy.m.shumaker@nasa.gov
(nancy.m.shumaker@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a Materials Testing Machine, (1 each) P/N: 99-991-1050/wide, Model 50ST, Twin Column, 50kN or equal; (1 each) P/N: N832N02798-4, Modify Tovey or Interface Load Cell to Bench Machine or equal; (1 each) P/N: 99-994-1005/3A, Deflectometer 3540 ST Custom Size, for use for ST_SL Series (6mm measuring range) or equal; (1 each) P/N: 99-994-1005/3A, Deflectometer 3540 ST Custom Size, for use for ST_SL Series (12mm measuring range) or equal; (1 each) P/N: 21001191, Horizon Software Package or equal; and including installation services. Specifications: 1. Twin Column Benchtop Materials Testing Machine a. 50kN capacity b. Wide frame 33" between twin columns c. 8 full-length T Slots built into machine columns to allow accessories to be securely mounted to the test frame d. Built-in pneumatic distribution ports that provide local air supply to optional pneumatic accessories e. LED on/off indicator f. Emergency Stop Button g. Audible alarm sounds if crosshead or load limits are reached, Emergency Stop is activated or motor drive alarm energizes h. USB external PC connection port I. 3 internal and 4 external device connection ports for attaching strain measuring devices (extensometer, etc.) to the machine. An external signal conditioner will be required. j. Force measuring system: Full bridge strain gage load cell of Z-beam construction for use in tension or compression. Resolution: greater than 1 part in 8,3000,000. Accuracy: ±0.1% of applied load from 0.2 to 100% of load cell capacity. k. Extension Measuring System: Resolution:.1um (0.001 mm) (0.00001 in.) over full crosshead travel. Accuracy: ±10um (0.01 mm) (±0.0004 in.) or ±0.05% - no load. l. Crosshead Drive System: Precision ballscrew operated by DC servo motor and 32 bit motor controller. Crosshead stabilized by two guide columns. Test/Jog Speeds: 0.001 to 500 mm/min. (0.001 to 20 in./min.) to 20kN (4000 lbf) and to 250 mm/min. (10 in./min.) to 50kN (11,000 lbf). Return Speed: 0.001 to 500 mm/min. (0.00004 to 20 in./min.) Accuracy: ±0.005% of set speed. m. Vertical Test Clearance: 1065 mm (42 in.) with 50 kN load cell installed (less nosepieces and tooling), Horizontal Test Clearance 410 mm (16 in.) between columns. n. Manually adjustable crosshead travel limit switch. o. Digitally programmable limits for any connected source i.e. force, extension, etc. p. Internally preset force limit for load cell capacity. q. Emergency Stop button. r. Slow speed alarm. s. Temperature and current protection for drive system t. 120V power preferred u. Load Cell Interface v. Deflectometer with 6mm measuring range w. Deflectometer with 12mm measuring range x. Control Software for data acquisition and closed loop machine control including metals library and test method library (tensile, compression and flexure methods) set. y. Professional set-up and initial installation z. 18 month warantee The provisions and clauses in the RFQ are those in effect through FAC 2005-89-1/08-15-2016. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334519/500 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. Delivery to NASA/Glenn Research Center, 21000 Brookpark Road, 21000 Brookpark Road, Cleveland, OH 44135 is required within eight weeks ARO. Offers for the items described above are due by 4:30 p.m. September 6, 2016 to NASA/Glenn Research Center, Attn: Nancy Shumaker (MS: 60-1), 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number, 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 (APR 2014), Instructions to Offerors-Commercial Items, 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Nancy Shumaker not later than September 2, 2016. Telephone questions will not be accepted. 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. Other critical requirements such as Delivery, Maintenance, etc. shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)) Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16593645/listing.html)
 
Place of Performance
Address: NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135, United States
Zip Code: 44135
 
Record
SN04237047-W 20160825/160823235431-8c7387f9e7d2ae9a60c2ab90019dfbd2 (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.