Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

66 -- Instron Custom Dual Column Material Testing System

Notice Date
6/3/2020 2:43:55 PM
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E520Q0619
 
Response Due
6/11/2020 9:00:00 AM
 
Archive Date
06/26/2020
 
Point of Contact
Kim D Roberson, Phone: 2173733478
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Laboratory (CRREL) intends to award a contract on a sole source basis to Instron, A Division of Illinois Tool Works upon the basis of the authority provided at FAR 13.106-1(b). ERDC-CRREL�s Force Project & Sustainment Branch seeks to procure one (1) Custom Designed Dual Column Materials Testing System in support of a variety of mechanical testing applications and projects in a cold environmental chamber (-16 to 48�C) in accordance with the following salient specification:��� 1) Must come equipped with grips for tension, platens for compression, and a jaw chuck for indentation testing on a variety of materials. � 2) Shall include component test plate for mounting custom testing accessories. � 3) Must provide heavy duty load frame support table and shield to block air movement (with sliding door) in the test space and protect the operator. � 4) Sensor conditioner card with at least seven (7) input channels for load and extension. � 5) Shall include a standard web cam and a 400x zoom web cam with adjustable mount and integrated LED lighting. � 6) The system must have both analog output and digital input/output board options. � 7) Full installation and up to three (3) days training for 3-5 personnel is required. � 8) The instrument shall be a bench top dual column load frame with a 5kN capacity and load cell. � 9) The must come equipped with a 125 N load cell, and both load cells must be calibrated and verified at -8, -10, -12, and -16 degrees Celsius. � 10) The system must have a temperature probe for monitoring the temperature of the test area. � 11) Shall include a clip on extensometer, and LVDT for position monitoring including a mount for the LVDT and micrometer for LVDT calibrations. � 12) The system shall include LVDTs for +/- 2.5 mm and +/- 15 mm with threaded rod attachment. � 13) The system shall have remote electronics assembly with 20ft cables so load frame can be positioned in an environmental chamber at low temperatures while the electronics are position outside the chamber and maintained at room temperature conditions. � 14) All software for operating the equipment and analyzing/exporting data must be included. 15) Bluetooth wireless networked controls for the distance controls are not an acceptable option due to security restrictions on the Corps networks 16) Shield for Front of Load Frame to block air movement in test space and protect�operator; Rear Shield for Load Frame to block air movement in test area. Instron has been identified as the only source offering a product (Instron Custom Model 5965 Dual Column Materials Testing System) meeting all of the required specifications. No other sources could be found offering a product that fulfills the Government�s environmental control chamber requirements in its entirety and in particular, the ability to provide remote electronics assembly with 20ft cables so load frame can be positioned in an environmental chamber at low temperatures while the electronics are position outside the chamber and maintained at room temperature conditions. It is imperative that the instrument meet all aforementioned salient characteristics.� ERDC-CRREL will use this instrument for a wide range of projects which in turn could result in the development of additional materials to achieve new properties in civil works and military engineering projects. The associated North American Industry Classification System (NAICS) code is 334519, which has a size standard of 500 employees. This Notice of Intent is not a request for competitive quotations. �However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM EST, 11 June 2020 to kim.d.roberson@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0828fa1480ef4837acd8179cbf01c7ff/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN05679544-F 20200605/200603230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.