Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 12,1999 PSA#2385

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

66 -- INSTRON STRAIN MEASURING EQUIPMENT OR EQUAL SOL RFQ3-125928 DUE 072399 POC Jon C. Schultz, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Jon.C.Schultz@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GRC/date.html#RFQ3-125928. E-MAIL: Jon C. Schultz, Jon.C.Schultz@grc.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). The following Instron Corporation products or equal are to be acquired:ITEM 1: 1 ea. 1600 C capacitive extensometer, +/- 0.1MM range, 25 gage length with sic knife edges. Axial extensometer for high temperature testing of ceramics. Signal coditioner for capacitive transducer to have an output of +/- 10V.- Option for 3 more within 1 year of order. Instron Corp. Model No. 2632-050 or equal; ITEM 2: 2 Pair -- chisel contact sic knife edges for use with above 1600 C capacitive extensometer. Option for 3 more within 1 year of order. Instron Corp. Model No. 3118-233 or equal; ITEM 3: 1 ea. Mounting for 1600 C contact extensometer. Option for 3 more within 1 year of order. Instron Corp. Model No. 3118-237 or equal; ITEM 4: 1 ea. high precision calibrator suitable for 0.1MM and 1.00 MM range for capacitive extensometers, including universal mounting. Option for 3 more within 1 year of order. Instron Corp. Model No. 3118-232 or equal. The salient characteristics for Item 1 (extensometer) that an equal item shall meet are the following design objectives: 1. Require no special shoulders, flags, or indentions on the specimen. 2. Be able to apply an extrememly light contact force (35 grams) to the specimen, without incurring slipping problems, typical of strain transducer. 3. Employ a single knob "engage" and "release" allowing the user to easily establish gage length. 4. Be able to load hot or cold specimens. 5. Be vacuum compatible (10 to the 6 power TORR). 6. Have the calibrator mounted on the extensometer mounting post for ease of calibration without moving the extensometer. 7. Have a vee bearing linear slide mounting with five inches of travel enabling the user to remove the rods from the furnace to facilitate specimen change, and re-insert the rods in a repeatable position. 8. Be capable of measuring microstrain at temperatures up to 1600 C on materials such as alumina, silicon carbide and other advanced ceramics. The salient characteristics for Item 2 (edges), are that the knife edge be composed of Carborundum Hexaloy SA and be interchangeable with existing SiC rods. The salient characteristics for Item 3 (mounting), are that the mounting system allow the extensometer to be mounted to all Instron servohydraulic and electromechanical load frames ( in particular the Instron Model Number 4502) which are equipped with appropriate mounting holes and include a 2 inch diameter vertical post to which the extensometer and calibrator can be attached. The salient characteristics for Item 4 (calibrator) are that an equal calibrator allow the extensometer to be calibrated while in place on the load frame and have a 2.0 inch diameter clamp to fit the Instron Model No. 3118-237 extensometer mounting assembly. The provisions and clauses in the RFQ are those in effect through FAC 97-11. The SIC code and the small business size standard for this procurement are 3829 and 500 employees, 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 Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44125 is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30 local time, July 23,1999 and may be mailed or faxed to Jon C. Schultz, FAX: 419-621-3236, ADDRESS: Glenn Research Center, Plum Brook Station, 6100 Columbus Avenue, Sandusky, Ohio 44870, VOICE:419-621-3370 and include, solicitation number, FOB destination to Cleveland, Ohio, 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: 1852.211-70 Brand Name or Equal (DEC 1988); GRC 52.217-92 (JUL 1997) Options For Increased Quantities-(a)1year,(b) 60; 52.217-5 Evaluation of Options (JUL 90). 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. FAR 52.212-5 is applicable and the following identified clauses are incorporated by referenre: 52.222-26, 52.222-35,52.222-36, 52.222-37, 52.225-3, 52.225-18, 52.225-21 Alt. 1 Questions regarding this acquisition must be submitted in writing no later than July 16,1999. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items 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 the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/EPS/GRC/class.html . Potential quoters 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 07/08/99 (D-SN351657). (0189)

Loren Data Corp. http://www.ld.com (SYN# 0385 19990712\66-0016.SOL)


66 - Instruments and Laboratory Equipment Index Page