Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2006 FBO #1535
SOLICITATION NOTICE

66 -- Universal Testing Machine

Notice Date
2/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0277
 
Response Due
2/9/2006
 
Archive Date
3/11/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-T-0277. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-08 and DFARS 20060123 Change Notice It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334516 and Small Business Standard is 500 Employees. The Fleet and Industrial Supply Center, San Diego, Seal Beach Det., request responses from qualified sources for the following requirement: Item No. 0001, One (1) each Universal Testing Machine, with the following features: The system shall deliver at least 10,000 lb-f of tensile force and at least 10,000 lb-f of compressive force. Tensile or compressive force shall be applied at a velocity range of 0.039 to 20 in per minute. Velocity of the test shall be selectable at anytime, including during conduct of a test. Machine response to velocity command shall be instantaneous. Velocity shall be selectable to any value within the specified range. Accuracy of velocity shall not exceed ? 0.1% of target value. System shall have jog controls for both directions intended for use during test preparations; shall resolve position to at least .0001 in.; shall include provisions to eliminate backlash during operation; shall stop motion at specimen rupture, break or other no-load test condition; s hall be designed and constructed so its reaction during use does not influence test results. Structural frame shall not suffer permanent deformation as a result of intended use. Accuracy of the load measurement shall be ?0.5% of instrument reading to ?1.0% of load cell capacity. The specimen securing fixture system shall utilize a ?quick-release? style interface to secure itself to the frame. The ?quick-release? system shall require no more than one common hand tool to remove or install fixtures. Fixture-securing feature shall have provisions for positive locking to prevent unintentional or accidental removal. Provisions shall be included to calibrate the controller and data acquisition computer system. System shall be a table-top style configuration. Motion of test travel shall be in the vertical direction. Structural frame of the system shall not exceed an envelope defined as 80?H x 42?W x 30?D, have sufficient horizontal clearance to accommodate a hypothetical specimen 16 in wide by 16 in deep; shall provide at least 42 in of vertical travel. This dimension is exclusive of specimen fixtures or adapters. Total weight of the system shall not exceed 1200 lbs., use only United States standard 120 Volts, 60 Hertz, one-phase electrical power, not too exceed 20 amps of current, operable in a standard test laboratory environment, with typical room temperature and humidity. System operation shall be digitally controlled with digital display to show basic test parameters, such as travel velocity and force. Controller may be separate or integrated into the computer data system described in 0, have programmable settings to stop motion of the test. At minimum, the controller shall stop motion of the test at programmable force levels. Data acquisition computer system and printer: Hardware and Software: A PC compatible computer system with Windows operating system shall be provided to display, capture, store, and process data, shall include all software necessary to conduct tests, display information during a test, capture data, store data, process data, and manage data, desktop style, include printer and monitor. Data Management: Data shall be captured and stored by the system for post processing, downloadable to standard PC compatible media or through direct link to PC compatible computer systems. Data shall be exported in a format compatible with the Microsoft Office suite of software, specifically Excel and Word softwares. Data Display: Units shall be indicated with all numerical display values and graphs. Displayed units shall be in both English (lb-force, seconds, inches) and SI (Newtons, seconds, millimeters) units. Both English and SI units do not need to be displayed simultaneously; however, units shall be selectable at anytime during test operations. Real-time Display: Data shall be displayed real-time during the test. Force data shall be presented in both digital values and as a graphical display during operation of the test, although not necessarily simultaneously. Graphical data display shall include, but not necessarily simultaneously: Stress as a function of strain, load as a function of position, stress as a function of position, load as a function of strain, load as a function of time, and position as a function of time. Post test data display shall include, but not necessarily simultaneously: Stress as a function of strain, load as a function of position, stress as a function of position, load as a function of strain, load as a function of time, and position as a function of time. Display panels shall be printable. A calibrated load cell compatible with the system capacities shall be provided. The load cell shall operate in compression and tension directions. An industry standard, calibration certificate shall be provided with the load cell. Fixtures and adapters: Fixtures conforming to American Society for Testing and Materials (ASTM) International, Designation: F 1157-04 shall be provided. Adapters, if! required, shall be provided connect fixtures to the frame. The follo wing fixtures shall be supplied: Tensile Fixture for Groups 1 and 2, pin diameter 0.250 in, per ASTM F 1157-2004, Figure 1. Tensile Fixture for Groups 1 and 2, pin diameter 0.500 in per ASTM F 1157-2004, Figure 1. Shear Test Fixture per (ASTM F 1157-2004, Figure 6). Precision Shear Fixture per in (ASTM F 1157-2004, Figure 7). Paint and finish shall be standard, commercial available color and type. System must meet American Society for Testing and Materials (ASTM) International, Designation: F 1157-04, Standard Practice for Classifying the Relative Performance of the Physical Properties of Security Seals. Delivery to Naval Facilities Engineering Service Center, Department of Defense Lock Program (Code 66), Port Hueneme, CA 93043-4370 The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items: 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following clauses applicable: 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2000); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.225-3, Buy American Act?North American Free Trade Agreement-Israeli Trade Act; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332). All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offero r Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7012, Preference for Certain Domestic Commodities (Apr 2002); 252.247-7023, Transportation of Supplies by Sea, Alt. III; 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000); 252.204-7004, Required Central Contractor Registration, Nov 2001). This announcement will close at 4:00PM on 2/09/06. Contact Toni D. Duenas-Ignacio who can be reached at 562-626-7366 or email Antonia.duenas-ignac @navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their online Representation and Certifications Application (ORCA) at http:orca.bpn.gove. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
click here to get more info about FISC San Diego
(http://www.sd.fisc@navy.mil)
 
Record
SN00980945-W 20060208/060206212635 (fbodaily.com)
 
Source
FedBizOpps 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.