Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
MODIFICATION

66 -- Tribometer for Lubricity Testing, Minimum Requirements (See DESCRIPTION)

Notice Date
7/19/2007
 
Notice Type
Modification
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4FBFM7156A001
 
Response Due
7/26/2007
 
Archive Date
8/10/2007
 
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. No paper copies of this notice will be provided. Solicitation Number F4FBFM7156A001 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). NOTICE: This RFQ is unrestricted. All businesses capable meeting the minimum requirements, delivery, and regulatory requirements are encouraged to respond. This RFQ has one line item, a Tribometer. General application of the unit is to test both liquid and solid lubricants in support of Air Force Research Laboratory (AFRL) Advanced Coatings Technology and Survivability program. Requirements of the tribometer are as stated: The tribometer and its associated testing process (methods of test) involve the controlled manipulation of a ball-on-disc contact (of a particular aircraft-quality steel or other material) in such a way that rolling/sliding/skew is introduced into the contact in order to simulate gear contact with another gear, or bearing contact with its raceway. The process has multiple capabilities to change the rolling (or entraining) and sliding velocities independently, in infinite ratios to simulate lubricant performance under any condition. The type of testing AFRL/MLBT needs to conduct is dependant on the following parameters: Motor speed for the ball must be controllable from 0 to 16,000 RPM, and motor speed for the corresponding disc must also be controllable from 0-8,000 RPM. Changing the ball and disc speeds allows customization of the test. Different lubrication applications require different speeds at the contact point. The base temperature range of the instrument must be 25 degrees C to 350 degrees C, but must have the ability to be fitted with a cryogenic chamber which would mean operating temperatures as low as -200 degrees C. Also, there should be a high temperature package available to increase the temperature range to 800 degrees C. The maximum load needed is 1000N with ball tilt angles of +/- 22.5 degrees. The test chamber must have the ability to be humidity controlled with at least <10% relative humidity in the test environment. Lubricants that must perform in high load environments must be tested at high loads. Perfluorinated lubricants are notorious for testing differently in humid environments versus dry environments. Humidity control is crucial to test repeatability for perfluorinated lubricants. Training and software to run the tribometer should also be included. Delivery is required within 11 months from date of contract award. The System shall be fully functional and stand-alone; delivered to AFRL/MLBT 2941 Hobson Way Wright-Patterson AFB OH 45433-7750. FOB point is Destination (Wright-Patterson AFB OH). Quoted prices must be delivered (FOB Destination) prices. Evaluation will be based on overall best value. The binary evaluation factors are price, technical experience, past performance, and delivery time. Quotations shall address the evaluation factors listed and include the minimum requirements set forth for the Tribometer. The Government shall make a complete evaluation and appraisal of the offering with regard to understanding of the requirements. Specifications of component parts including the manufacturer name and model number shall be stated in quote. All information identified in the quote must be reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. The following FAR Provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Contractor Representations and Certifications; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.252-1, Solicitation Provisions Incorporated by Reference; and 52.252-5, Authorized Deviations in Provisions. A copy of FAR Clause 52.212-3, Contractor Representations and Certifications - Commercial Items must be completed and submitted with quotation. Electronic copies are available at https://orca.bpn.gov/. The following FAR Clauses apply to this acquisition: 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 this paragraph, the following FAR Clauses also apply: 52.203-3, Gratuities; 52.203-6 (ALT I) Restrictions on Subcontractor Sales to the Government; 52.204-4 Printed or Copied on Double-Sided Recycled Paper; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference; and 52.252-6, Authorized Deviation in Clauses. The following DFARS Clauses also apply to this acquisition: 252.204-7003, Control of Government Work Personnel; 252.204-7004, Required Central Contractor Registration; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.211-7003 Item Identification and Valuation; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.226-7001, Utilization of Indian Organizations, Indian - Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003, Electronic Submission of Payment Requests; and 252.243-7002, Requests for Equitable Adjustment. The full text of all provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. By submission of a quote, the contractor acknowledges the requirement that awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The Government will make an award from this Request for Quotation (RFQ) to a responsible contractor whose offer is most advantageous to the Government. The Government reserves the right to not make an award at all. Point of contact for this notice is Mr. Jeff Jacob, 937 522-4646. Information can be e-mailed to jeffrey.jacob@wpafb.af.mil or faxed to 937 656-1412 Attn: Jeff Jacob with subject line RE: TRIBOMETER. No special format or form is required for your quote; however, only complete quotations with supplemental descriptive literature shall be considered. ALL INFORMATION IS DUE BY CLOSE OF BUSINESS 26 JULY 2007.
 
Place of Performance
Address: AFRL/MLBT, 2941 Hobson Way, Building 654, Area B, Wright-Patterson AFB OH
Zip Code: 45433-7750
Country: UNITED STATES
 
Record
SN01346811-W 20070721/070720001410 (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.