COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14, 2001 PSA #2788
SOLICITATIONS
66 -- STREE STRAIN MICROPROBE SYSTEM
- Notice Date
- February 12, 2001
- Contracting Office
- Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326
- ZIP Code
- 20375-5326
- Solicitation Number
- N00173-01-R-KK02
- Point of Contact
- Kevin M. King, Contract Specialist, Code 3220.KK, (202) 767-1495, Wayne Carrington, Contracting Officer
- E-Mail Address
- Click here to forward a request via e-mail (king@contracts.nrl.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, N00173-01-R-KK02, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-22 and for Defense Federal Acquisition Regulation Supplement (DFARS) and the Naval Acquisition Procedures Supplement (NAPS) effective through 15 DEC 00. The small business size standard for this acquisition is 500 employees and the NAICS code is 333314. This acquisition is unrestricted. 66. -- STRESS STRAIN MICROPROBE SYSTEM. The Naval Research Laboratory, (NRL) has a requirement for CLIN 0001, Portable, In Situ, Stress Strain Microprobe System. This system uses the automated ball indentation(ABI) technique to measure local key mechanical properties, including: yield strength, flow properties(true stress/ true strain curve), strain hardening exponent, strength coefficient, ultimate tensile strength and fracture toughness of a wide rage of materials at various temperatures. In general, the In-Situ Stress-Strain Microprobe (SSM) system and its Automated Ball Indentation (ABI) test techniques are used to nondestructively measure the local key mechanical properties. This equipment does not need conventional large samples and tests can be repeated on small sample without the problem of sample variations. This will be useful where a new material in limited quantity is being developed. The system must meet or exceed the following specifications: 1. The System consists of at least 1,000 lb capacity load frame with appropriate lower attachments (a standard one for bench-top configuration and optional attachments for component testing in the field); 2. A 1,000 lb load cell with associated signal conditioner; 3. Grips and fixtures for holding the indenter and for supporting the test piece; 4. A linear variable differential transducer (with +/-0.020 inch stroke) with its signal conditioner; 5. A minimum of four tungsten carbide indenters with spherical radii of 0.005, 0.010, .015, and 0.031 inch; 6. A 16-bit resolution data acquisition/control system. 7. A Pentium-III-300 notebook computer, 13.3 XGA Active Matrix Color LCD Panel, and automated ball indentation SSM software programs for tensile, fracture toughness, indentation creep, indentation stress-relaxation, and fiber push-out with manuals. 8. Motorized X-Y table for sample positioning; 9. Video camera and its support and monitor; 10. 100 lb. load cell with its signal conditioner; 11. Heat/cool chamber and its temperature controller, and high/low temperature accessory kit. Upgrades, Warranty, and Installation The system must provide the capability to be upgraded in the future so that other modes of operation can be implemented. These modes may require some hardware and/or software upgrades. The contractor shall provide the Government with at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Additionally, all software updates must be provided free of charge for the life of the instrument. The contractor shall provide installation and two days of training in the operation of the Stress-Strain Microprobe (SSM) system at NRL, Washington, D.C. The contractor shall provide 2 full sets of all manuals relevant to the operation of the system offered. Delivery and acceptance is at the Naval Research Laboratory, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, FOB Destination. The delivery schedule for all items is 60 days after the award of a contract. The FAR and DFAR provisions and clause cited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the Supplies or Services that has been determined to comply with the requirements of the solicitation. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-CommerciaI Items, DFARS 252.212-7000(http://heron.nrl.navy.mil/repsandcertscomm.pdf)FARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.219-4, FAR 52.219-8, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33 and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited applicable to this acquisition are: DFARS DFARS 252.225-7001, DFARS 252.225-7012, DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.204-7004, Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offerors proposal must be delivered to Contracting Officer, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220:KK 4555 Overlook Ave. S.W. Washington, DC 20375-5326, and received no later than 4:00 p.m. E.S.T. on 15 MAR 2001. The package should be marked RFP N00173-01-R-KK02, Closing Date: 15 MAR 2001. For more information regarding this solicitation contact Kevin M. King, Contract Specialist at (202) 767-1495. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number KK02.
- Record
- Loren Data Corp. 20010214/66SOL009.HTM (W-043 SN50D4E2)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on February 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|