Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

66 -- FATIGUE TESTER

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04075170Q
 
Response Due
8/18/2004
 
Archive Date
8/4/2005
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Email your questions to Timothy M. Bober
(Timothy.M.Bober@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; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as Request for Quotations (RFQ) for a Fatigue Tester. The NASA Glenn Research has requirements for a high performance, high precision mechanical testing machine ideal for characterizing the dynamic properties and fatigue resistance of materials across a broad range of test conditions is needed to test biomaterials, medical devices, elastomers, plastics, composites, foils, microelectronics, electrical leads, consumer products and more. The machine shall be designed to be installed by the user and easily re-configured to meet multi-axis loading requirements such as axial/torsion or biaxial. In addition, a wide range of accessories shall be available including a variety of grips, fixtures, extensometers and environmental chambers. The machine shall be operated with digital control system that is easy to use and provides powerful data acquisition, waveform generation and control capabilities. Interactive software and controls training CD shall be included in the base price. The systems shall come with a 100% Guarantee, a full two-year Warranty and include 6 months of free technical phone support, beginning at the time of installation. The tester shall be designed by high-response, electro-dynamic linear motors and shall meet the following specifications: a. Up to 200 - 400Hz cyclic performance b. ? 450N (100 lbs) maximum loading capability with Micro-Newton force and sub-micron displacement precision c. Up to 3.2 M/sec velocity d. Greater than 100g acceleration e. Multi-billion, maintenance-free cycles f. Maintenance free operation g. Load Frame Assembly: Frame integrates actuator and transducer mounting to provide a vertical/horizontal test space at least 35.5cm (14 in) wide and 0 to 45.7cm (18 in) high h. Load Cell with 450N (100 lbs.) capacity, 0.25% non-linearity/hysteresis, and Fatigue rated/ High natural frequency i. Accessories Options: Tension/Compression Grips made of Titanium for Flat Specimens - 25 mm (1.00 inch) max. specimen width - 8 mm (0.37 inch) max. specimen thickness - 450 N (100 lbf) force capacity - Clamp design with hex drive nuts for locking - Open face for easy specimen installation and removal - Corrosion resistant design - Lightweight ? less than 80 gram moving mass The controlling system (both hardware and software) and data reduction system shall be 100 % compatible and ready-to-use state for an environmental chamber that may be added on in the future. The environmental chamber shall be equipped for (i) temperature control from ? 150 ?C to 315 ?C using gaseous or liquid cooling media, e.g., LCO2 or LN2 , (ii) gaseous environmental control, e.g., Ar or He, and also equipped with thermocouple control and analog output of the chamber temperatures. Delivery: Delivery of the machine shall be 8 weeks after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR OFFER MEETS THE ABOVE SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 01-24. The NAICS Code and the small business size standard for this procurement are 334516 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Glenn Research Center is required within 8 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by Wednesday August 18, 2004 and may be e-mailed, faxed or mailed to the NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-306 Cleveland Ohio 44135 and must 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. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.204-7 52.212-3, 52.222-3, 52.222-26, 52.225-1, 52.225-13, 52.232-25, 52.232-33, 52.243-1. NFS 1852.215-84, 1852.223-72 and 1852.225-70. 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 All contractual and technical questions must be in writing (e-mail or fax) to Timothy M. Bober not later than Wednesday August 11, 2004. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
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#111737)
 
Record
SN00637079-W 20040806/040804212624 (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.