Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

66 -- H252 MECHANICAL/MATERIALS TEST SYSTEM

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Consumer Product Safety Commission, Directorate for Administration, Division of Procurement Services, 4330 East West Highway, Room 517, Bethesda, MD, 20814-4408
 
ZIP Code
20814-4408
 
Solicitation Number
CPSC-Q-03-1305
 
Response Due
8/18/2003
 
Archive Date
9/2/2003
 
Point of Contact
Rose Heidenreich, Contract Specialist, Phone (301) 504-7040, Fax (301) 504-0628, - Donna Hutton, Contracting Officer, Phone (301) 504-7009, Fax (301) 504-0628,
 
E-Mail Address
rheidenreich@cpsc.gov, dhutton@cpsc.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitations is being issued as a Request for Quotation (RFQ) CPSC-Q-03-1305. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 01-14. This solicitation is under the Simplified Acquisition Procedures (SAP). The NAIC is 336991. This contract action will result in a Firm Fixed Price order: Technical Requirements: In order to meet the needs of anticipated mechanical/materials test system, the device obtained must be capable of the following specifications. These specifications must be demonstrated prior to contract award. This procurement requires the Contractor to provide a turn-key stand-alone mechanical/materials test system suitable for use in testing materials and structures in tension, compression, and low-cycle fatigue. The basic test system will consist of either a bench-top or floor–mount design test machine and shall have a capacity of at least 5000lbf (22.2 kN). The test machine shall be capable of a wide range of testing using accessory test fixtures and hardware available for later purchase. The test machine shall be equipped to test in full load ranges of 1000 lbf (f.4 kN) and 5000 lbf (22.2kN). The test machine shall be capable of testing a bicycle frame in a vertical position and a large diameter bicycle wheel in horizontal position. The test frame shall have a minimum vertical test space of approximately 50 in. (1.27 m) including load cell, and a minimum horizontal space between columns of approximately 32 inc. (800 mm). The test machine system shall be provided with the following: Software capable of data acquisition, data analysis, and report generation for standardized mechanical tests (e.g. tensile, compression, flexure, and tear testing). Software capable of recording and reporting force and deflection measurements from non-standard tests. Internal extensometer(s) for monitoring and recording cross-head travel. Self diagnostics for trouble-shooting. Load cells with maximum ranges of approximately 1000 lbf (4.4 kN) and 5000lbf (22.2 kN). The test machine shall have the following minimum operational characteristics: Measurement , recording, and reporting in both English and metric units. Maximum cross head speed - 20 in/min (500 mm/min). Minimum cross head speed – 0.00007 in/min (0.002 mm/min). Cross head travel – at least 90 percent of vertical test space, Load measurement accuracy - +/- 0.5% of load reading. Strain measurement accuracy - +/- of reading with ASTM E-83 Class B extensometer. Speed accuracy - +/- 0.2 % of set speed, The specified test machine shall be certified as meeting or exceeding the requirements of the latest versions of ASTM E-4 and ASTM E83. Special Requirements: The test machine shall be capable of testing a bicycle frame in a vertical position and a large diameter bicycle wheel in a horizontal position. To accomplish this, the test frame shall have a minimum vertical test space of approximately 50 in. (1.27 m) (including load cell), and a minimum horizontal space between the columns of approximately 32 in. (800 mm). Miscellaneous Requirements: Installation and set-up – shall be included as a line item in the offer. Training – one day minimum - shall be included as a line item in the quote. Two complete sets of equipment manuals including installation, operation, and maintenance instructions shall be included with the equipment. Delivery time – Within 90 days after receipt of order. Warranty – Equipment shall be fully warranted (material and labor) for one year from date of installation. The equipment shall be offered as a turn-key system, but the equipment components shall be individually described and quoted as line items. This will allow the selecting official(s) to determine whether the CPSC has compatible components that do not need to be purchased for use with this system. For example, the CPSC has a range of grips and other test fixtures that may be useful with the offered equipment. Evaluation Criteria: 1) Demonstrated ability to perform mechanical/materials test per specified standards. 2) Demonstrated ability to perform mechanical/materials test of unique and non-standard nature. 3) Past performance with similar equipment. 4) Versatility of user-software interface. 5) Delivery Schedule and 6) price. Evaluation criteria will not be point scored and the order in which they appear does not indicate priority. Criteria will be evaluated to determine best value to the Government, price and other factors considered. In order for the offer to be considered, the vendor shall provide the following: 1) Pricing (on a line item basis separating accessories and components). 2) List of 3 past performances (preference Government Agencies) who have purchased same or similar equipment, (provide name, addresses, contact person, and phone numbers). 3) Demonstrate ability to perform mechanical/materials test per specified standards. 4) Demonstrate ability to perform mechanical/materials test of unique and non-standard nature. 5) Provide information on versatility of user software interface, and 6) provide delivery schedule and 7) Technical Specifications for all quoted components.. The above characteristic are intended to be descriptive, but not restricted. The evaluation of the quotations and the determination shall be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To ensure sufficient information is available, the vendor must furnish as a part of his quotation all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. If the vendor proposed to modify a product so as to make it conform to the requirement of this announcement shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. A standard warranty is required. FOB-Destination-Gaithersburg, MD 20854. The following clauses and provisions can be obtained at http://www.arnet.gov/far and cpsc.gov. FAR provisions 52.212-1 Instructions to Offerrors- Commercial Items (Oct. 2000), FAR clause 52.212-4 Contract Terms and Conditions- Commerce Commercial Items (Oct. 2000), FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items (June 2003). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2003). Offerors or encouraged to fax quotes (301) 504-0628. FAR PROVISIONS 52.215-5 Facsimile Proposals (Oct 1997), FAR provision 52.212-3 Evaluation-Commercial Items (Jan 1999). Offerors responding to this solicitation must be CCR registered and provide their DUNS and TAX Identification Numbers. The Point of Contact for all information regarding this acquisition is Rose Heidenreich, Contract Specialist, at the address and phone number listed above. The quotation package is due August 18, 2003, anticipated award date is September 4, 2003. All responsible sources may submit their written offers by mail, fax, or e-mail to Rose Heidenreich at the address listed above, Facsimile No. (30l) 504-0628, or e-mail to rheidenreich@cpsc.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/CPSC/DA/DPS/CPSC-Q-03-1305/listing.html)
 
Place of Performance
Address: CONSUMER PRODUCTS SAFETY COMMISSION 10901 DARNESTOWN ROAD GAITHERSBURG, MD
Zip Code: 20878-2611
Country: USA
 
Record
SN00389368-F 20030802/030731223803 (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  © 1994-2020, Loren Data Corp.