Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2019 FBO #6463
SOLICITATION NOTICE

H -- Universal Test Frame and (OPTION) additional equipment

Notice Date
8/2/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
One Gifford Pinchot Drive Madison WI 53705-2398
 
ZIP Code
53705-2398
 
Solicitation Number
AG-5680-19-Q-0005
 
Response Due
8/16/2019
 
Point of Contact
Colleen M. Reittnger, Acquisition Group Leader, Phone 6082319285
 
E-Mail Address
creittinger@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number this action is being issued under is 12-5680-19-Q-0005. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2009-02. This effort is being competed as a 100% Total Small Business Set Aside. The applicabe NAICS code is 334519 and the size standard is 500 employees. Pricing submit for the test frame shall include installation, initial testing, integration checks, commissioning and calibration of a universal materials test frame with the following features: 0001 - UNIVERSAL MATERIALS TEST FRAME REQUIRED SPECIFICATIONS for the Universal Materials Test Frame: • Dual column test frame with minimum force capacity of 50kN o Electromechanical with pre-loaded ballscrew drive and crosshead guidance columns • Maximum speed of 500 mm/min • Minimum speed of 0.005 mm/min • Minimum vertical crosshead travel of 1 meter • Minimum width between columns of 400 mm • Integrated load cell(s) o Full range of test frame load capacity o Auto recognition and calibration o Minimum 0.5% measurement accuracy o Load measurement accuracy: meets or exceeds ASTM E4 standard o Include any adaptors required for connection to the crosshead • Digital crosshead drive system with fully variable speed control o Position encoder, load, and strain signal conditioners with 24 bit analog data conversion  Integrated digital closed-loop force and position control • additional high level (+/- 10V) input control channels o Auto recognition and calibration capability on all strain channels following TEDS (transducer electronic data sheets) protocol or equivalent o Integrated data acquisition hardware  Acquisition rates of 5 kHz • total channels of analog output • high resolution (at least 16-bit) data acquisition outputs • Channels for digital input/output o Ethernet interface protocol or equivalent o Multi-station independent control capability for expansion • Integrated software with the following features: o Fully customized and programmable allowing for third party machine control/integration, o preferably with full API documentation o Ability to create and store multiple machine setups o Real time adjustable motion tuning o Calibration of each channel o Fatigue, static, and multi-step programming o Displacement, load, and strain control with inter-test mode switching o Test template creation and pre-defined templates for tension, compression, and bending testing o Closed loop control on any available data channel o Data acquisition customization and exportation o Sine, square, triangle, ramp, hold and custom waveform activities o Event programming with parallel branches for test execution and logical operators (if/then, while, etc.) o Limit sensing, sequencing triggers and interface to digital I/O o Meters show current, max-min, peak-valley readouts, command output, and cycle counters o Displays include multiple, customizable real-time scopes o Peak-valley based time recording o Data reduction options for real-time data logging o User selectable system of units: SI, metric and US customary • Hardware o The inclusion of any hardware/equipment to interface with the drive control system and operate the software to execute the requirements of the Digital crosshead drive system and the integrated software listed above. • Complete operations and maintenance manuals • 12-month warranty including all software and firmware upgrades during the warranty period • Operator training upon installation for a minimum of 4 hours, either in factory (if within 100 miles of FPL) or on site at the lab to include basic system and software introduction CONTRACT OPTIONS (Contractors must price): 0002 - Grips (OPTION ITEM) One set of pneumatic side-action grips with an axial force capacity of 10 kN. To include sets of serrated jaws, accommodating specimen thicknesses from 0mm to 16mm. Hands-free switch, such as a foot pedal, to activate clamping force on individual grip NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USDA/FS/5680/AG-5680-19-Q-0005/listing.html)
 
Place of Performance
Address: One Gifford Pinchot Drive Madison, WI
Zip Code: 53726
Country: US
 
Record
SN05391172-F 20190804/190802230040 (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.