Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1999 PSA#2288

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

66 -- DILATOMETER TEST SYSTEM SOL RFO3-117799 DUE 022699 POC Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@lerc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#RFO3-117799. E-MAIL: Glen M. Williams, Glen.M.Williams@lerc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for offer (RFO) for: Item 1) Dilatometer Test System, Netzsch Model 409C/3/F or equal, quantity of 1 in accordance with the below stated requirements, Item 2) Operation and Maintenance manuals for Item 1, quantity of 1 set, Item 3) Installation of Item 1, quantity of 1 job, and Item 4) Training, quantity of 1 job. Requirements for a Simultaneous Thermal Analyzer (TG/DTA), Netzsch Model 409C/3/F or equal TG/DTA PART A) Weighing System 1. Sample weight capacity to 15 grams, measuring range 50 -5000 milligrams 2. Mechanical tare to 5 grams 3. Vacuum tight housing with all connections for vacuum pumping system and gases 4. Ability to run in vacuum, inert or reactive gases 5. Constant temperature control at junction of furnace and weighing system using water from the thermostated circulator listed under Dilatometer 6. Weighing system with electromechanical compensation, range 0-5000 mg 7. Evacuation system with roughing pump,valves, and pressure gauge 8. STA sample carrier, type S, and 2 alumina crucibles 9. TG sample carrier, type S, no radiation shields 10. 100 alumina crucibles for DTA/TG, 0.3 ml vol. 11. 2 alumina TG plates, 17 mm dia. 12. 2 alumina TG crucibles, 3.4 ml vol. 13. DTA calibration kit, range ambient to 1500C, minimum of 8 samples 14. TG calibration weight set, minimum of 4 weights B) Furnace System 1. A fan cooled furnace, temperature range 20-1600 degrees C, silicon carbide heating element and type S regulating thermocouple 2. Sample and furnace to be separated using an alumina gas flow protective tube 3. Stainless steel gas handling valves, connections, and tubing for use with reactive atmospheres 4. Gas regulating system with flowmeters for control of a minimum of three (3) gases 5. Furnace shall be mounted on a dual hoist for lift and positioning of two (2) furnaces (second furnace is an existing RT to 1700 C, type B thermocouple) 6. Furnace cooling fan for existing 1700C furnace 7. All hardware required to mount on the dual hoist the existing 1700 C furnace 8. All power cables required to control and take data from the existing 1700 C furnace C) Control, Measurement and Data Acquisition 1. Analog PID controller capable of sample thermocouple control to keep sample temperature to within 1 degree of programmed furnace temperature 2. Programming and analog output of temperature segments for at least 5 sensors in range of -200C to 2400C 3. Linear heating and cooling rates of 0.1 to 99.9 K/min in steps of 0.1K/min 4. Isothermal segments of 0 to 99 hours 59 minutes, in 1 minute steps 5. IEEE 488 and RS 232 interfaces 6. Linearization for at least five (5) thermocouples 7. Furnace power supply DILATOMETER PART A) Measuring System 1. Vacuum tight housing using horizontal, single push rod measurement 2. Motorized push rod positioning and automatic zeroing of transducer 3. Measuring ranges of 0 to 50/500/5000 micrometers 4. Alumina pushrod and sample support system with type S thermocouple for use with inert or reactive gas 5. Sample size range 0 to 25 millimeters long, 0 to 12 millimeters diameter 6. Alumina gas flow protective tube for use in vacuum, inert or reactive atmospheres 7. Thermostated water circulator with sufficient capacity to maintain +/- 0.05 degrees C in the transducer support system B) Furnace System 1. A fan cooled, silicon carbide heating element furnace, temperature range 20-1600 degrees C, using a type S regulating thermocouple 2. Stainless steel connecting tube for use with reactive atmospheres SOFTWARE and COMPUTER SYSTEM A) Software for STA (TG/DTA) 1. MS Windows based software for data acquisition, storage and evaluation of data 2. Multitasking software for simultaneous operation of instrument and evaluation of data3. Programmable control of gas introduction and/or change of gas 4. Input of test parameters by keyboard or from parameter files 5. Calibration routines for sensitivity and temperature 6. Correction routines for baseline and buoyancy 7. Simultaneous curve comparison of at least 8 curves/temperature segments of one or different runs 8. Evaluation of data in time or temperature scales 9. Determination of mass change with calculation and presentation in absolute or relative units (mg or %) 10. Graphic display of data to be evaluated and evaluated results on computer screen, printer or plotter 11. Fully automatic routines for complex peak evaluation to include onset temperature, inflections, peak temperature, peak end temperature, peak height, peak width, peak area 12. Calculation, evaluation and graphic presentation of first and second derivative 13. Printout of measuring parameters and analysis results in tabular form or plotter graphics 14. Graphic export of files for use in word processing programs 15. Real-time graphic display of measurement on computer screen 16. Y2K compliant B) Software for Dilatometer 1. MS Windows based software for data acquisition, storage and evaluation of data 2. Multitasking software for simultaneous operation of dilatometer and evaluation of data 3. Software-controlled positioning of the push rod 4. Input of test parameters by keyboard or from parameter files 5. Routines for correction, calibration and offset shifting of expansion data 6. Temperature calibration routine 7. Simultaneous curve comparison of at least 8 curves/ temperature segments from one or different runs 8. Evaluation of data in time or temperature scales 9. Graphic display of data to be evaluated and evaluated results on computer screen, printer, or plotter 10. Determination of characteristic temperatures of reaction steps to include onset, extrapolated onset, inflection, peak, and peak end 11. Calculation, evaluation and graphic presentation of first derivative 12. Printout of measuring parameters and analysisresults in tabular form or plotter graphics 13. Graphic export of files for use in word processing programs 14. Real-time graphic display of measurement on computer screen 15. Y2K compliant C) Computer System 1. Computer system shall be a pentium based, 350 MHz, 32 Mb RAM, 4.3 Gb Hard drive, CD ROM 32x, 3.5 " floppy drive, 15 " Ultra VGA monitor, Windows 95 or better system 2. HP Deskjet 895 color ink jet printer or better 3. IEEE interface board 4. Y2K compliant D) Accessories 1. The Contractor shall furnish 1 set of Operating and Maintenance manuals 2. The Contractor shall install Item 1 at the Lewis Research Center and after installation shall perform on-site operator training. The provisions and clauses in the RFO are those in effect through FAC 97-08. The SIC code and the small business size standard for this procurement are 3826, 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to NASA Lewis Research Center, 210000 Brookpark Road, Cleveland, OH 44135 is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above may be mailed to the above NASA Address, MS 500-306 by the date/time specified above and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer. Offerors shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: delete (b)(10), add (b)(12) "The offeror shall identify any used, reconditioned, or remanufactured supplies or unused former Government surplus property being proposed, including their condition and warranty (if any). If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: None FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C.2402). 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)). 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). Questions regarding this acquisition must be submitted in writing no later than February 23, 1999. Offers are due by close of business 4:30 p.m. local time, February 26, 1999 to the identified bid distribution office, marked with this solicitation number. Selection and award will be in accordance with FAR 52.212-2 with the following value characteristics: New Equipment. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted 02/19/99 (D-SN300075). (0050)

Loren Data Corp. http://www.ld.com (SYN# 0327 19990223\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page