Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2002 FBO #0319
SOLICITATION NOTICE

66 -- AUTOMATIC METALLOGRAPHIC POLISHER SYSTEMS

Notice Date
10/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
3-207600
 
Archive Date
10/11/2003
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone (216) 433-2756, Fax (216) 433-5489, Email Marilyn.D.Stolz@grc.nasa.gov
 
E-Mail Address
Email your questions to Marilyn D. Stolz
(Marilyn.D.Stolz@grc.nasa.gov)
 
Description
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). This notice is being issued as a Request for Quote (RFQ) for the following items: ITEM 1: one five station fully automatic metallographic polishing system; ITEM 2: one automatic grinding/polishing system; ITEM 3: one set of documentation; and ITEM 4: installation, checkout and demonstration of items 1 and 2. The Contractor shall furnish items 1 through 4 which shall meet the following specifications: ITEM 1: Five station fully automatic metallographic polishing system. 1.a. Five stations for metallographic preparation; one with a grinding stone for high removal rates in the first position and followed by four grinding/polishing stations. Grinding position shall include a recirculation-cooling unit with a thirty-liter capacity. Each station shall accommodate 200 mm grinding/polishing discs. In addition, the system shall have a cleaning station with separate high-pressure jets for soapy water and alcohol. All stations shall be mounted on a turntable mechanism. 1.b. Fully automatic with microprocessor-control allowing unattended operation from plane grinding, fine grinding, polishing, cleaning and drying. Ability to stop polishing at any position for examination and then continues with remaining steps. 1.c. Programmable flexibility providing up to seventy user defined preparation procedures. Programmable functions shall include the following; disc surface, grit size, lubricant, pre-dosing, time, removal amount, direction of rotation, disc speed, cleaning program, force, abrasive dosing level, and lubricant dosing level. Manual functions shall include; cleaning of all suspension tubes, cleaning of oxide polishing suspension tube, and manual dressing. 1.d. Prepare from one to three single specimens at a time. Preparation of single specimens and specimens clamped in holders. Specimen mover plates and holders to accommodate one inch, one and a quarter inch, and two inch samples. 1.e. Minimum of seven peristaltic pumps for accurate dosing of suspensions and lubricants. 1.f. Programmable measured removal of material for precise grinding to a specific location at each station shall provide a readout of the actual current amount of material removed for each step during polishing to an accuracy of ten microns. (A timed measured method of material removal is NOT acceptable.) 1.g. Power requirements of three phase 208 volts. 1.h. Accessories to include four magnetic 200 mm polishing discs, two sets of specimen mover plates, ten hard composite discs for preparation of materials with a hardness greater than 150 Hv, ten hard composite discs for preparation of materials with a hardness greater between 40 to 250 Hv, ten liters of water based lubricant. ITEM 2. - Automatic Grinding/Polishing System. 2.a. Single station grinding/polishing system with ability to use 300 mm or 350 mm grinding discs with standard tap water cooling. 2.b. Specimen mover head shall operate at both 150 and 300 rpm in both directions of rotation. 2.c. System shall have double start buttons for operator safety. 2.d. Microprocessor control shall allow programming of preparation methods with capability to store 60 full preparation methods. Programmable functions shall include the following; disc surface, grit size, lubricant, pre-dosing, time, removal amount, direction of rotation, disc speed, force, abrasive dosing level, and lubricant dosing level. 2.e. System shall include six peristaltic pumps for lubricants and suspensions. Lubricant and suspension bottles shall be easily observed for monitoring consumable levels. One pump shall be for oxide polishing suspensions with water flushing after use. 2.f. System accessories shall include a programmable material removal system for precise grinding to a specific location shall provide a readout of the actual current amount of material removed for each step to an accuracy of ten microns. (A timed measured method of material removal is NOT acceptable.) Water supply kit shall be included. ITEM 3: Documentation One set of manuals which may include but is not limited to user, system, troubleshooting, and maintenance. ITEM 4: Installation, checkout and demonstration of Items 1 and 2 Installation, checkout and demonstration of Items 1 & 2 shall be provided on-site at the NASA Glenn Research Center by the contractor 2 weeks after delivery. DELIVERY: Delivery of Items 1, 2 and 3 shall be to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. The provisions and clauses in the RFQ are those in effect through FAC 01-09. The NAICS Code and the small business size standard for this procurement are 333314 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. The quoter shall submit literature with their offer demonstrating that their product meets all the above features and specifications. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the products quoted meets the Government's requirements. (See FAR 52.212-1) Quotations for the items(s) described above are due by October 22, 2002 4:30 pm local time and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, Cleveland, OH 44135 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. 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 reference. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commerical items: (1) 52.222-3, Convict Labor (E.O. 11755; and (2) 52.233-3, Protest After Award (31 U.S.C. 3553). (B) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or exexcutive orders applicable to acquiistions of commerical items or components: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d); 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act- Balance of Payment Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332) (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 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 - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#103446)
 
Record
SN00188412-W 20021017/021015213446 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.