Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

H -- N/A

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
333293 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NB853000-7-13091SRG
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Description
This 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13 (not to exceed $100,000). This solicitation incorporates provisions and clauses in the Federal Acquisition Circular 2005-17. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotes (RFQ) number is NB853000-7-13091SRG. The proposed procurement is Open Market, Total Small Business set aside. NAICS Code: 333319. Small Business Size Standard: 500 Employees. ************ PURPOSE: The NOAA Acquisition & Grant Office, Mountain Region Acquisition Division, is purchasing a high capacity Charpy impact machine in the (700 J) for use as a reference machine in the Commerce National Institute of Standards and Technology (NIST) Charpy program. ************ MISSION: The machine will be used to certify the absorbed energy of NIST ultra-high energy SRM's, for the indirect verification of machines testing at 300 J or more. ************ BACKGROUND: As steel manufactures continue to improve the quality of their products (through alloy design and better refining processes), the impact toughness continues to improve. In turn, the Charpy impact machine manufactures are introducing new models with capacities appropriate for these new higher-energy steels. NIST?s current Charpy SRM products need to be expanded (by addition of a higher energy range) to accurately assess the performance of these ultra-high capacity machines (500 J and higher). NIST will purchase a new Charpy impact machine with a capacity near 700 J in FY 07. This new Charpy must provide results that compare well with NIST?s existing reference machine, 700 J. ************ REQUIREMENTS: NIST requires a Pendulum (Charpy) Impact Test Machine with a maximum capacity of between 700 and 800 joules. The machine shall be suitable for use as a reference machine, according to ASTM 23 and ISO 148 standards. It will be used in a laboratory that certifies indirect impact verification specimens. This machine will be used to certify the absorbed energy of NIST ultra-high energy Standard Reference Materials) SRM's, for the indirect verification of machines testing at 300 J or more. The Commercial Off the Shelf (COTS) requirements are listed in four sections. ************ This machine upon installation by NIST will be verified to meet the following qualifying requirements: 1. The difference between the absorbed energy given by the optical encoder and that calculated for an instrumented test shall be minimized by test machine design (rather than by numerical correction). NIST will require demonstration data and literature for the machine purchased (or an identical machine) to verify that this requirement is met using NIST SRM specimen (provided at no cost for the testing). 2. All direct verification requirements in ASTM E23 and ISO 148-2 for reference impact machines shall be exceeded. 3. The indirect performance of the machine shall be evaluated using NIST SRM?s at low, high, and super-high energy levels. The results for low energy tests shall consistently be within 1.4 J of the result for NIST?s 360 J Tokyo Koki reference machine on the same samples. The Tokyo Koki machine sets a lower bound for the performance of the NIST reference machines, so the machine NIST purchases must agree with the Tokyo Koki within the maximum tolerance specified. Results at the high and super-high levels shall be within 5% of the certified value for the SRM tested. NIST can work with potential bidders to help them evaluate how well they might meet these criteria (prior to bidding). ************ The Section One has the actual requirements of the Pendulum Impact Test Machine. The Section Two is options for upgrades to be priced out separately. The Section Three is options that may be included for this purchase, but can be priced out separately for NIST?s information. ************ Section One - CLIN 0001 - Pendulum Impact Test Machine, Actual Requirements: A. Stiff frame with low friction pendulum bearing B. Avoidance of interfering vibrations C. Electromagnetic or other wise smooth release of pendulum that can be controlled by software for instrumented testing (non-manual release) D. Pendulum capacity of 700 J or more. E. Anvils and strikers for ASTM 23 testing F. Optical encoder and digital readout for reading absorbed energy (resolution of at least 0.10 J at 700 J) G. Suited for use as a reference impact machine for ASTM E 23 and ISO 148 H. Suited for fast manual transfer of specimens (<5 sec) from temperature conditioning baths I. Brake & Motorized Pendulum Return J. The dimensions of the machine shall be within about (w x d x h): 2510 x 925 x 2239 mm, to allow the machine to be mounted in a room having a 2945 mm ceiling, and not take up an excessive amount of space. K. Special tools needed for mounting or aligning anvils and striker L. Power and plug configurations common for United States (nominal 110 V preferred) ************ Section Two - Options for upgrades to be priced out separately that shall be offered for Test Machine: CLIN 0002 - Changing pendulum capacity and velocity CLIN 0003 - Instrumented strikers and the necessary software and hardware CLIN 0004 - Striker for EN testing ************ Section Three - Additional (not required) Available Options for upgrades offered for Test Machine: CLIN 0005 - Mounting Frame CLIN 0006 - Mounting Materials CLIN 0005 - Safety Cage ************ DELIVERY REQUIREMENTS: Desired delivery is FOB Destination to NIST, 325 Broadway, Boulder, CO 80305 no later than 180 days after receipt of order. Vendors offering a shorter delivery time shall indicate that delivery time in their quotations. Quotations offering a shorter delivery time will be evaluated more favorably by the Government. ************ INSTALLATION: Installation by the vendor is not required as the machine will be installed by NIST. WARRANTY: A 1-year warranty on parts and services is required. Vendors should indicate offered warranty if more than 1 year. Quotations offering a longer warranty will be evaluated more favorably by the Government. ************ DUE DATE/LEAD TIME: Please provide lead time for NIST receiving the above product. Tentative Due date will be 6 months from time of award, but may be modified according to Lead Time abilities of bidding companies. ************ BEST VALUE: Quotations will be evaluated on a best-value basis and award will be made to the company who offers the best value to the Government considering all evaluation factors. Evaluation factors are compliance with technical requirements, price, warranty and delivery time. Documentation substantiating that the above technical specifications will be met must be supplied and will be used only to determine product compliance with the Government's requirements. This can be done through a company data sheet or specification sheet. ************ The NIST equipment is in good working order and is available for inspection by offerors either on-site or virtually. Contact the Contracting Officer by fax or email no later than August 15, 2007, to arrange an inspection or submit technical questions. You may submit your quote by e-mail (Suzanne.Romberg-Garrett@NOAA.gov), or by fax (303-497-7719). Quotes with pricing and supporting documentation as specified above must be received on or before close of business August 30, 2007. Notwithstanding responses received--it is at the discretion of the government to add additional sources and/or consider other quotes received after close of due date if it is in the best interest of the Government. Vendors must also be registered with the Central Contractor Registry (CCR) at www.ccr.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items ? Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act?Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/.
 
Place of Performance
Address: SHIPPING AND RECEVING, 325 BROADWAY, BOULDER, CO
Zip Code: 80305
Country: UNITED STATES
 
Record
SN01371680-W 20070816/070814220428 (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.