SOLICITATION NOTICE
66 -- Tinius Olsen Model 1000SL Universal Testing Machine, Horizon Software Package - J&A
- Notice Date
- 2/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
- ZIP Code
- 15236-0070
- Solicitation Number
- PR-2018-19961
- Archive Date
- 2/24/2018
- Point of Contact
- Diane J Meeder, Phone: (412)386-4412
- E-Mail Address
-
DMeeder@cdc.gov
(DMeeder@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- J&A NOTICE OF INTENT TO ISSUE AN ORDER/CONTRACT. The Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Spokane Mining Research Division (SMRD) intends to issue a contract to Tinius Olsen, 1065 Easton Road, Horsham, PA 19044. The Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), has a requirement for the Model 1000SL Universal Testing Machine with Horizon Software Package. The purchase of this equipment is vital to the success of current and future research projects. The stiff frame tester is required to fit in the current machine envelope and the following: Be a replacement of the servo-controlled 200,000 lb stiff frame testing equipment currently utilized at the Spokane Campus under the Spokane Mining Research Division for testing of mine ground reinforcement items and standardized testing. A test machine of 200,000 lbs capacity for tension and compression cross-head capabilities to test ground support members and cementitious cylinders to ASTM standards is required. The envelope must have a 31x31x60 in capability for testing with pull claws and clamp heads to tension test support members. The extra-long pull rods on the machine provide capability not usual in standard testing, thus fitting the exact bolt and support member testing performed at the Spokane campus. Either these reinforcements consist of steel members or cement-based castings. The tester is used to conduct an ASTM stroke or load control tests on the members brought to the laboratory. The current machine is 200,000 lbs capacity in both directions and takes up an envelope of 91x42x126 (x,y,z) inches. The testing table is 31x51-1/2x86 (x,y,z) inches and the test area envelope inside the stations is 31x31x60 (x,y,z) inches, Additionally the tension capability envelope is 31x31x72 (x,y,z) bottom of cross bar to top of crossbar. Speeds are 0.001 in/min to 6 in/min servo-controlled for position and load with 9 inches of stroke. A dual cross head configuration and gripping system were also required along with extended reinforcement bars and ample test area envelope.The floor space at the NIOSH Spokane Campus is available for the 36x24x126 (x,y,z) inches required by the testing machine with extensions along with the counsel of 40x33X34 (x,y,z).The replacement machine shall be designed for tension, compression, flexure and shear strength testing on materials and assemblies, the robust design that incorporates quality materials and components ensures that a superior performance and ease of testing are achieved. The software capable of both creep and high-speed testing 0-3 in/min allow for all test methods of both cementitious and homogenous types of supports tested. The capability to transfer the results directly and see a current reaction curve are also required for ASTM-type tests. The low-profile jaw cross-head also provides additional space for end affectors on the test specimen. Where: Typical tests include (not all inclusive): • Unconfined compression tests • Indirect tension tests on rock cores (Brazilian tests and splitting tensile tests) • Tensile tests with rock bolt plates • Tension tests with short rock bolts • Tension tests with 2-ft x 2-ft wire mesh samples. • Couple shear tests on bolts • Bi-axial compression tests on rock cores • Backfill poisons ratio tests • Concrete/ Backfill/ Paste and Shotcrete compression and tensile tests • Pull test ram calibration The software must have post processing capabilities built in with a library data base, active help desk menu and tabbed test data areas with accompanying graphs. A test live data window with multiple channels and rate selector must also be included. This system is also on a current windows format windows 8 or above (yr 2018). For communication Explorer 8 or higher. This project is supported by a Justification for Other than Full and Open Competition (JOFOC) to Tinius Olsen under authority of FAR Parts: 13.106-1(b), 13.501(a), 41 U.S.C. 1903, and 41 U.S.C 3304(a)(1). All vendors must be registered in the System for Award Management (SAM) at www.sam.gov, prior to an award of a federal contract. This is not a request for competitive quotations; however, the Government will review any/all product, capabilities, and pricing information submitted prior to the closure of this notice. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responsible sources that believe they possess the expertise and capabilities identified above are hereby afforded the opportunity to submit to the Contracting Officer within 15 days from the posting date of this notice, their written capabilities statement and pricing information in the format they choose, not to exceed 10 pages. Please forward product and pricing information to Diane Meeder, Contracting Officer, CDC, OAS, through email at Dmeeder@cdc.gov. If no affirmative responses are received by the due date, in accordance with FAR Parts 12, 13 and 13.5 an order/contract and/or negotiations will be conducted with Tinius Olsen, 1065 Easton Road, Horsham, PA 19044. Any responses should be emailed to Diane Meeder at DMeeder@cdc.gov by February 23, 2018 at 2:00 P.M. ET.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/PR-2018-19961/listing.html)
- Record
- SN04818885-W 20180211/180209231432-dee751b00576ee4845ae00b9ddf7604b (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 |