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