Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

66 -- CREEP/STRESS RUPTURE TEST MACHINES SOL 8-1-9-21-C-3292 DUE 052599 POC Gloria J. Coffey, Contract Specialist, Phone (256) 544-9187, Fax (256) 544-8688, Email gloria.coffey@msfc.nasa.gov -- David. G. Morgan, Contracting Officer, Phone (256) 544-0410, Fax (256) 544-8688, Email david.morgan@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#8-1-9-21-C-3292. E-MAIL: Gloria J. Coffey, gloria.coffey@msfc.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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). ITEM 1: CREEP/STRESS RUPTURE MACHINE. SATEC MODEL D, OR EQUAL, 20,000 POUND CAPACITY. DETAILED SPECIFICATIONS STATED BELOW:. QUANTITY: 1 EACH Item # 1 Creep/Stress Rupture Machine 20,000 lb. Capacity System shall consist of base machine with the following features; Lever Arm Type design with Dual Ratio of 20:1 and 5:1 for loading mechanical advantage Precision Ratio Adjustment Counter Balance for true "ZERO" load without Tare Vertical test space opening 37 inches minimum Maximum machine dimensions 20" wide X 57" deep X 87" high Power requirements120/110 Volts, 60 HZ, 1 phase 8 amps Precision automatic drawhead to maintain lever arm levelness Proximity switch to sense lever arm levelness Motorized drawhead with a minimum of 4.5 inch travel Digital timer to record test time out to 99,999.00 hours Limit switch for specimen rupture detection Manual Weight Elevator Set of Weights for 20,000 lbs load test capacity Set up of system onsite at Marshall Space Flight Center by Factory Field Service Personnel Pull Rods shall be rated for 20,000 lb load at -250 -700 degrees F with English male to interface to creep specimens provided by the user. Laboratory test chamber with control system operating range from -250 deg F to 700 deg F chamber shall include all mounting hardware for the stand. A 6"X6" view port will be included on the chamber as well as an internal chamber light. Chamber shall be 120 VAC, 60 HZ, 1 Phase at 20 Amps. Chamber internal size shall be minimum 9.75 in wide X 9 in deep X 19 in High. Chamber shall include a door safety interlock switch that kills power if the door is opened. ITEM 2: CREEP/STRESS RUPTURE MACHINE AND DATA ACQUISITION SYSTEM, 5,000 POUND CAPACITY, ATS MODEL 2320 OR EQUAL. DETAILED SPECIFICATIONS ATTACHED. QUANTITY: 1 EACH Item # 2 Creep/Stress Rupture Machine 5,000 lb Capacity Lever Arm Type design with Ratio of 16:1 for loading mechanical advantage Load accuracy per ASTM E-4 Load appliciation via manual weights or motorized servo control Set of Weights for 5,000 lbs load test capacity Precision Auto Leveling drawhead for lever arm leveling Minimum of 4.0 inch travel Set up of system onsite at Marshall Space Flight Center by Factory Field Service Personnel Pull Rods shall be rated for 5,000 lb load at -250 -700 degrees F with English male to interface to creep specimens provided by the user. Baseline automated control and data acquisition system to interface with test machine in Item 1 and 2 with the following features; Any load cells necessary for automated control of test machine. Sensors shall be calibrated in accordance with ASTM Requirements and include calibration documentation Windows based computerized system including hardware and software. Any software for operation of system. System should include capability for automatic incremental step loading of specimens. System shall be integrated with test machine and as a minimum include 16 hours onsite training in the basics of operation. System shall be capable of interfacing to a minimum of 2 creep frames The provisions and clauses in the RFQ are those in effect through FAC 97-10. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3829 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to MSFC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact, by the date/time specified 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. Quoters 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 quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: MSFC 52.239-1, NFS 1852.211-70, and 1852.214.71. Reserve paragraph(s) (d), (e), (f), (h), and (i) in 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: MSFC 52.211-90, 52.232-90, NFS 1852.246-71, FAR 52.204-4, 52.211-15, and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. Questions regarding this acquisition must be submitted in writing no later than Close of Business (COB) 5/19/99. Quotations are due by Close of Business (COB) 5/25/99. to the address specified above. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- CommercialItems with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted 05/04/99 (D-SN327403). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0319 19990506\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page