Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

66 -- 3D STRESS/STRAIN SYSTEM

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-05-T-0041
 
Response Due
1/20/2005
 
Archive Date
2/20/2005
 
Small Business Set-Aside
N/A
 
Description
3D STRESS/STRAIN SYSTEM. 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; quotes are being requested and a written solicitation will not be issued. Solicitation #FA8601-05-T-0041 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. This acquisition is unrestricted. The associated NAICS 333314. The size standard is 500 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. This RFQ has one line item. The item being procured is one (1) each turnkey 3D image correlation system, used for full-field determination of displacements and strains. The system must be well suited to measure the smallest 3D displacement and plan strain with a resolution in the micro-strain. Minimum requirements for the 3D Stress/Strain System: -The 3D system shall come with calibration panels 10 mm? (4 set), 135x108mm?,65x52mm? and are individually certified to international standards, traceable to ISO9001 and NIST. -The 3D system shall come with calibration panels 10 mm? (4 set), Temperature Compensation for Calibration shall provide even further assurance of absolute distances, ambient temperature during calibration can be entered, and thermal expansion of the panel will be accounted for. -The system shall have each virtual gauge point, facet matching accuracy and intersection error are recorded. -The user shall not be required to manually select an arbitrary start point or mask regions of interest for the computation of the 3D coordinates, 3D deformation and surface strains. -Sequences of commands shall be recorded to automate data acquisition, computation and export functions. -The user shall have full control of coordinate system placement. -The user shall be able to lay out report pages incorporating any combination of full-field color graphics, section line plots, time histories of both analog inputs -The system software shall incorporate best-fit circles, spheres, planes, etc can be generated to support coordinate system transformations. Selection of points is not limited to solved strain map locations. -The system shall use Linux Operating System Tuned to High-End Computer Computation algorithms and device drivers to maximize performance of frame grabbers, analog input cards, memory usage, and computer processors. -The computer hardware and software system shall be designed to be modular. -Measuring area shall be 1mm up to 1000mm 3D Strain range shall be 0.05% up to several 100% -System shall be insensitive to rigid body motions or general vibration noise -System shall have a image processing speed of at least 3.2 Ghz Evaluation will be based on the overall best value for the government. Evaluation factors are technical, price, past performance, and delivery time. Responding contractors shall include adequate descriptive literature with their quotations to enable the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. The Contracting Officer will evaluate quotations based of the evaluation factors listed in this solicitation and the information furnished by the quoter. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is attached to this solicitation and is available at http://www.pixs.wpafb.af.mil/. Delivery is required as soon as possible without incurring additional expense. The FOB point for this acquisition is Destination (Wright-Patterson AFB OH). Quoted prices must be delivered (F.O.B. Destination) prices. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. The following FAR Provisions and Clauses apply to this acquisition: 52.212-1, Instructions to Offerors?Commercial 52.212-2, Evaluation Factors (The evaluation factors for the fill-in portion are technical, price, past performance, and delivery time) 52.212-3 with Alt I, Contractor Representations and Certifications The following FAR Clauses apply to this acquisition: 52.225-13, Restrictions on Certain Foreign Purchases 52.204-6, Data Universal Numbering System (DUNS) Number 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans 52.222-37, Employment Reports on Special Disabled Vets 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration) The following DFARS Clauses apply to this acquisition: 252.204-7003, Control of Government Work Product 252.211.7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (for paragraph (b), the following applies: 252.204-7004, Required Central Contractor Registration 252.225-7036, Buy American Act?Free Trade Agreements?Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Point of contact for this acquisition is Susie Slivinski, 937-257-2195. Quotes can be e-mailed (preferred) to Susie.Slivinski@wpafb.af.mil; faxed to 937-257- 1207, Attn: Susie Slivinski; or mailed to 88 CONS/PKBB, Attn: Susie Slivinski, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. A copy can be found at http://www.pixs.wpafb.af.mil/. ALL QUOTES ARE DUE BY MIDNIGHT ET ON 20 JAUARY 2005. For more information on 05T0041--3D STRESS/STRAIN SYSTEM please refer to http://www.pixs.wpafb.af.mil/pixslibr/05T0041/05T0041.asp
 
Web Link
05T0041-3D STRESS/STRAIN SYSTEM
(http://www.pixs.wpafb.af.mil/pixslibr/05T0041/05T0041.asp)
 
Record
SN00732357-W 20050112/050110211811 (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.