Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2017 FBO #5689
SOLICITATION NOTICE

43 -- Portable Hydraulic Loading System

Notice Date
6/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-17-RQ-0613
 
Archive Date
7/20/2017
 
Point of Contact
Abdul-Kudus Yahaya, Phone: 3019758497, Divya Soni, Phone: 301-975-6394
 
E-Mail Address
abdul-kudus.yahaya@nist.gov, divya.soni@nist.gov
(abdul-kudus.yahaya@nist.gov, divya.soni@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITIEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13. The National Institute of Standards and Technology (NIST) is issuing a Request for Quotation (RFQ) for a Portable Hydraulic Loading System. The National Fire Research Laboratory (NFRL) of the National Institute of Standards and Technology (NIST) provides the capability to test full-scale building structures under hydraulically applied loads and realistic fire conditions. The facility is a unique National resource for large-scale structural-fire tests to validate computational models used to predict building performance in fire. The facility allows researchers to study the response of the full structure to fire, rather than the response of individual building elements or subassemblies as is the case in current practice. Research conducted in this facility will help to provide the technical basis for improvements to codes, standards, and design of building structures for fire. Portable hydraulic pumps and rams would provide the capability to apply small to large forces when the space for the loading system is limited. An electrically operated hydraulic pump that drives the hydraulic rams shall provide the capability to safely apply loads to test specimen(s). Using the built-in pressure transducers in the electric pump, the applied load could be measured and recorded with known uncertainty. The proposed system shall also display real-time data (forces and displacements) for general force applications. Portable Hydraulic Loading System The associated North American Industrial Classification System (NAICS) code for this procurement is 333996 Hydraulic Pump, Fluid Power, Manufacturing with a small business size standard of 1,250 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. This acquisition is 100% set aside for small businesses. The contractor shall provide the specified system, training, and support (supporting documents and warranty). The system shall meet the physical and technical requirements as specified herein. Item 1: Electric pump system (qty: 1) a. The required system shall be a brand-new; A refurbished item is not acceptable b. The required system shall be a standard product listed in Manufacturer's catalog c. The required system shall have a Human Machine Interfaces (HMI) display and control panel to enable • manual and automatic set-up and control of multiple hydraulic cylinders with real-time force or displacement (stroke) measurement • data recording and reporting • safe operation with built-in warning and stop alarms and emergency shut off d. The system shall allow the simultaneous operation of a minimum of four (4) double-acting hydraulic cylinders with various capacities. Required features shall include • electric control values to control and distribute oil into the hydraulic circuit(s) • a synchronous stroke (displacement) or flow control of multiple hydraulic cylinders • variable stroke rate control of multiple hydraulic cylinders • variable pressure rate control of multiple hydraulic cylinders • Programmable Logic Controller (PLC) deployed to control displacement and pressure • minimum four (4) displacement sensor(s) having the measurement range from 0 to 10 inch; accuracy requirement: 0.04 inch or lower • minimum four (4) pressure transducers having the measurement range from 0 to 10,000 psi; accuracy requirement of individual rams: 200 lbf or lower e. The system shall have a reservoir that contains 40 gallons of hydraulic oil or a full amount as specified in Manufacturer's catalog. f. Electric motor and power supply: at least 1.125 hp (230 V, 1 ph) g. Operating temperature: at least covering the range from 0 to 55 oC h. Operating humidity: at least from 30 to 95 % non-condensing i. Max operating pressure: 10,000 psi or higher j. Max pump flow at 10,000 psi: 55 in3/min or faster k. Integrated lift points for cranes and forks Item 2: Double-acting hydraulic cylinders (qty: 2) a. The required cylinders are fully compatible with Item 1 b. The required cylinders shall be a standard product listed in Manufacturer's catalog c. Load capacity: 200 ton or greater d. Max height of fully retracted cylinder: 2 ft. e. Each hydraulic cylinder shall allow at least 10-inch stroke or movement of load f. Max operating pressure: 10,000 psi or higher g. Top and/or side mount lifting eye capability h. Meets the ASME B-30.1 / ISO 10100 Standards or similar Item 3: Supporting items: Hydraulic hoses, couplers, and sensor cables a. Full compatibility with Items 1 and 2 is required • Four (4) 50-ft long hydraulic hoses • Four (4) matching couplers for hose ends • Four (2) stroke sensor/communication cables • All required items shall be a standard product listed in Manufacturer's catalog Training The contractor shall schedule and provide training for at least four (4) NIST personnel, on-site at the NIST Gaithersburg campus. The training shall provide a demonstration of the function and capabilities of the hydraulic pump system, as well as setup and basic troubleshooting. The training may be completed as part of the delivery and installation process. The required training shall be completed no more than 30 days after delivery of the hardware. NIST will provide the test setup and electrical power to be used for demonstrating the functions/capabilities of the electric pump system as part of installation and training. Delivery and Installation Delivery shall be FOB destination. The contractor shall provide delivery and installation services at the NFRL on the NIST Gaithersburg, MD campus. Installation shall include at least: uncrating equipment, set-up of all equipment, and demonstration of specifications. The hardware delivery and installation shall take place no more than 60 days After receipt of Order. Acceptance The Contractor shall test the system and demonstrate its ability to meet the minimum technical specifications. All required instrumentation, powder materials, and tooling required for testing are the responsibility of the Contractor. The test shall be conducted after installation of the machine at NIST. The test will be reviewed and verified by NIST representatives prior to acceptance. NIST reserves the right to independently test the installed system before acceptance for a period not exceeding thirty (30) days. Warranty and System Maintenance The contractor shall provide a minimum of one (1) year warranty and technical support for the equipment. The warranty shall cover parts, labor, shipping, travel expenses. The warranty period shall commence upon successful delivery and demonstration of specifications. Submission Instructions: ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS All Offerers shall submit all of the following: (1) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. Item MUST meet exact specifications as laid out in the description attached. This may include product literature, or other documents, if necessary; (2) Firm-fixed price for each CLIN and discount terms; (3) All three pieces of equipment (CLIN 0001 through 0003) shall be made from the same manufacturer to maintain compatibility between the equipment for sample holder sizing, accessories, chemicals, and consumables (4) Acknowledgement of solicitation amendment(s); ***Offerors shall e-mail their quotation to Abdul-Kudus.yahaya@nist.gov so that it is received by the response date/time for this solicitation. It is the responsibility of the Offerer to confirm NIST's receipt of its quotation. NIST reserves the right to award a purchase order without discussions, based solely on the submission of the Contractor. Evaluation Factors: Basis for Award shall be technically acceptable, lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. Technical Capability Offerer's technical quotation will be evaluated to determine if the Offeror provides a sound, compliant product that meets the requirements of the Government's technical specifications specified in this document. An evaluation of Technically Acceptable/ Non-Acceptable will be assigned upon completion of the technical quotation evaluation. Offerers who fail to provide sufficient information (e.g. data sheets, specifications, etc.) that clearly demonstrates an ability to meet the Government's technical specifications shall be considered non-acceptable. lf an evaluation of-Non-Acceptable is received, the Offerer will not be considered for Award. 2. Price Price will be evaluated for reasonableness. Offerors are encouraged to discount their rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered. The Government reserves the right to make an award without discussions based solely upon initial proposals. Therefore, offerors should ensure that their initial proposal constitutes their best offer in terms of both price and the technical solution being proposed. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http:// farsite.hill.af.mil/VFCARA.HTM. Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items FAR Clauses: 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items-Commercial Items including subparagraphs 52.219-6 Notice of Total Small Business Set-Aside 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post-Award Small Business Program Re-representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation With Authorities And Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Commerce Acquisition Regulations (CAR) Clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance with the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 12:00 pm EST, 5 calendar days from the posting date. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. 1352.233-70, Agency Protests (APR 2010) (a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Divya Soni Langhnoja, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) NIST Local Clause_04 Billing Instruction NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621. (End of clause) System for Award Management (SAM}: In accordance with FAR 52.204-7, the awardee must be registered in SAM (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date and Response Information: Offerors capable of furnishing the specified equipment in this combined synopsis/solicitation should submit their quote in writing to Abdul-Kudus Yahaya electronically at abdul-kudus.yahaya@nist.gov. FAX and hard-copy quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than NLT 3:00 pm EST, July 5, 2017. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC, and the statement required above shall be included in the quotation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-17-RQ-0613/listing.html)
 
Record
SN04549328-W 20170621/170619234906-bb7caa083fafc98da6ae081ef94be8f8 (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.