Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140

AFMETCAL Det 1/MLK, 813 Irving-Wick Dr W, Suite 4M, Heath, OH 43056-6116

66 -- LOAD CELL KITS SOL F33660-98-R7014 DUE 080398 POC Janet Casler, Contract Specialist, 740-788-5041, Glenna Pound, Contracting Officer, 740-788-5043 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. All requests for written solicitations shall be disregarded. It is the offeror's responsibility to monitor this site for the release of amendments (if any). Solicitation Number F33660-98-R7014 is issued as a Request for Proposal (RFP). The Standard Industrial Code is 3823 and the business size standard is 500. This solicitation is being issued as unrestricted. All applicable provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 97-04. The Air Force Metrology and Calibration (AFMETCAL) program requires 20 each Force Kits (Load Cell Kits) with commercial literature, for use as secondary force standards in the Air Force Precision Measurement Equipment Laboratory (PMEL). These Force Kits shall consists of the following items: 1 each C3H3/1T/A-F-9405 020A 1T (2.2klb) Load Cell, 10 ft Cable, Compression & Tension; 1 each SD94.04.21/2 Upper Adapter, Compression; 1 each SD94.04.21/1 Lower Adapter, Tension; 2 each SD94.04.25/1 Tension Rod; 1 each 1-MS3106PEMV Greenline Connector, Male; 1 each ECS 17527 Carrying Case; 1 each C3H3/10T/A-F-9407 022 10T (22klb) Load Cell, 10 ft Cable, Compression; 1 each SD93.07.26/2 Upper Adapter; 1 each SD93.07.26/1 Lower Adapter; 1 each 1-MS3106PEMV Greenline Connector; 1 each ECS 17528 Carrying Case; 1 each C3H3/30T/A-F9407 022 30T (66klb) Load Cell, 10 ft Cable, Compression; 1 each SD94.07.111 Upper Adapter; SD94.07.112 Lower Adapter; 1 each 1-MS3106PEMV Greenline Connector and 1 each ECS 17529 Carrying Case. Approved Item Manufacturer(s) are HBM Load Cells, Morehouse Adapters and ECS Cases. Commercial versions of the load cells shall have been sold in the commercial market place in significant quantities. Modifications may be made to the commercial load cells to meet the calibration requirements and 7-wire special cable and connector. The load cells shall meet all performance requirements when operated in ambient temperature 0 to 40 degrees Celsius, and atmosphere of 10% to 50% relative humidity. The load cells shall have the following nominal loads: 1 each 2000 lbf tension and compression, 1 each 20000 lbf compression, 1 each 60000 lbf compression. Nominal sensitivity (Nominal output signal at full scale) shall be 2 mV/V. Temperature Coefficient of the Zero Point OER 10 Degrees C shall be <+/- 0.013%. Repeatability shall be <+/- 0.01% nominal load. Combined Error shall be <+/- 0.017% of full scale, (0.4 lbf for 2000 lbf load cell, 3.4 lbf for 20000 lbf load cell, 10.2 lfb for 60000 lbf load cell). The load cells will be checked in the AFMETCAL Force Laboratory on the 100,000 lbf and 2000 lbf Deadweight Calibrators. The accuracy of the weights is better than 0.003% of applied load. The load cells will be calibratedin accordance with ASTM E74, Standard Practice of Calibrating Force Measuring Instruments for Verifying the Force Indication of Testing Machines. The uncertainty, as described in ASTM E74 section 8.4 shall not exceed the error limit of +/- 0.17% of full scale. Hystersis shall be <+/- 0.17% full scale. Creep (at full scale and 23 degree C) shall be Over 30 minutes < +/-0.17% of full scale, Over 24 hours < +/- 0.05% of full scale. Limit Load (Overload with no change in calibration) shall be 150% of nominal load. Breaking Load (Overload with no mechanical damage) shall be 300% of nominal load. The cable shall be 7-wire shielded cable, 10 feet long. The Cable Connector a 1-MS3106PEMV 7-pin connector shall be supplied at the end of cable to mate with the HBM Model DMP40 Indicator. The Load Cell Adapters, as needed, shall be supplied to adapt to the Morehouse Force Calibrating Machine; R/N C-99728 used in the Air Force PMEL's. Over all length and configuration must be the same as adapters currently manufactured by Morehouse Instrument Company. The carrying cases must be provided for each load cell and its adapters. The cases shall be as specified and manufactured by ECS or equivalent. These items are for delivery to AFMETCAL Det 1, FOB Destination. Delivery shall be a minimum of 4 kits and/or a maximum of 8 kits every 45 calendar days beginning one hundred twenty (120) calendar days after receipt of order and continue at the above rate until completion. Acceptance testing of the items will be at destination, AFMETCAL. One hundred percent acceptance testing will be performed to assure the items meet the above requirements. Acceptance testing will be completed within 45 days of receipt at AFMETCAL. If a non-approved item is offered, technical evaluation and approval by AFMETCAL will be required prior to award. Offerors of non-approved items shall submit the following with their proposals: (1) descriptive literature (commercial catalogs, specification sheets, etc), (2) system R/N and break down, (3) for each load cell being offered, number sold in last year, (4) discussion of required modifications to the commercial load cells being offered and (5) a product sample will be required. The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items: The specific evaluation factors are (1) technical capability of the items offered to meet the Government requirement, (2) price and (3) past performance -- each offeror shall provide the name and points of contacts of the last three sales to whom they have provided the same or similar item; FAR 52.212-4, Contract Terms and Conditions-Commercial items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order-Commercial Items. Offeror's shall provide a copy of their commercial warranty. Offeror's shall provide, with their proposal, any descriptive literature, brochures, or adequate information to determine whether the offered items will meet the terms and conditions cited above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this procurement. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc in order for the Government to make an adequate technical assessment of the proposal. The offer must: (1) be for the items described above; (2) be FOB Destination to this agency; (3) include a delivery schedule and discount/payment terms; include name of and be signed by an authorized company representative along with telephone number and facsimile number; (5) include their taxpayer identification number (TIN), CAGE Code Number and DUNS number. This acquisition will be processed in accordance with the Simplified Acquisition Procedures, FAR Part 13. This will be a DO-A70 rated order. Offers are due by 3 August 1998 no later than 4:00 p.m. EST to: Janet Casler, AFMETCAL Det 1, 813 Irving-Wick Dr, W, Suite 4M, Heath OH 43056-6116, phone number 740-788-5041 or facsimile number 740-788-5157. Facsimile submissions are permissible with follow-up of an original copy by mail. Special note to all prospective offerors: DOD will no longer award contracts to contractors not registered in the Central Contractor Registration (CCR) database. Registration may be done by assessing the CCR via the Internet at http://ccr.edi.disa.mil. All responsible sources may submit an offer, which shall be considered by this agency. Posted 07/16/98 (W-SN224129). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0412 19980720\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page