Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

J -- REBUILD INSTRON 4505 TEST FRAME

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08267510Q2
 
Response Due
9/19/2008
 
Archive Date
9/17/2009
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, />
 
E-Mail Address
Bernadette.J.Kan@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for (1) job - Retrofit ofTest Frame - Instrument Specifications: Retrofit NASA Frame Instron 4045 (System ID#:4505/2416) NASA TAG number 1225862. TOTALLY REMANUFACTURED Test Frame Floor MODELTESTER. Configured as follows: This remanufactured test frame will have 1.) Columnseparation of 22 inches, 2.) Total frame capacity of 22,000 pounds, 3.) Total FrameHeight 78 inches, 4.) Total computer control, 5.) Utilization of MTS test works forwindows software latest version V4.11, 6.) Dedicated computer with flat screen monitor 19inches, 7.) One pneumatic action grip set with 1000 lb capacity and capable up to 350 degF, 8.) Eighteen (18) month warranty on the test frame.Loading Frame: Total and complete disassembly of the loading frame to include removal of:A. All electronics, B. Stationary crosshead, C. Columns, D. Moving crosshead, E. Leadscrews, F. All columns, column covers, fixed crosshead, moving crosshead, base plate andbase shall be sanded and prepared for painting and painted with an industrial grade paintand /or powder coating systems, G. During reassembly all bearings will be replaced, H.All necessary cables, electrical modifications and adjustments, I. Precision crosshead positioning using a high resolution encoder, J. Replacement and/orupgrade of encoder, power supplies, servo Amplifiers, belts, clutch drive board.SOFTWARE PACKAGE INCLUDES: Hardware and systems software to provide full machine controland data acquisition, Machine control electronics and software to include: One loadconditioner channel, Two strain conditioner channels, Optical encoder, conditionerchannels, Machine control electronics and software, Interface cables, Handset to controlcrosshead positioning, One year free telephone support, test works for windows v4.08b basic package.Note: Software quoted shall be for basic tensile, compression, and flextesting. Software quoted shall include at least basic tensile, compression, and flextesting, and also be capable of handling other specilized programs. Training and Calibration involve: Two (2) day on-site installation and training with one(1) load cell calibration A2LA certified, the training topics available cover hardwareand software. Training subject matter should be discussed prior to the Installationvisit, Two additional load cells Calibrations, Crating / Packaging and freight fee fortransporting this equipment. GENERAL REQUIREMENTS A.) The testing instrument shall incorporate digital dataacquisition plus complete digital closed loop command and feedback motion controlsystems. The system shall be completely integrated having the following specifiedperformance and operational capabilities. B.) All normal machine functions shall be ableto be monitored from the microprocessor display and controlled from the control panel orthe microprocessor keyboard, C.) For safety, the retrofit shall retain the original two level crosshead safety limits.The first limit shall send a signal that the limit has been exceeded and to stop thecrosshead. The second limit, if exceeded, will cut power to the drive system in case of acatastrophic failure.LOAD and STRAIN MEASURING SYSTEMS, TRANSDUCERS AND ELECTRONICS: 1.) The load weighingsystem accuracy shall be: a. Within +/-0.4%(percent) of reading to 1/100 of load cellrange and b. Within +/-0.5%(percent) of reading from 1/100 to 1/250 of load cell range. 2.) The load weighing system shall meet or surpass the following standards:a. ASTM E-4, b. BS1610 Grade 0.5, c. DIN 51221 Class 1, d. ISO 7500/1, e. EN 10002-2, andf. AFNOR A03-501. 3.) The electronics shall have 105%(percent) load cell over rangeprotection that will stop the load frame automatically. 4.) The load cells shall utilizeself-identification (recognition) electronics and automatic calibration without operatorintervention. 5.) The computer control system shall contain only a high speed serial datatransmission card. The other electronic cards shall be embedded within the load frame. This approach shall prevent the control and data acquisition electronics from residing inthe inherently "noise ridden" environments of the computers.TEST CONTROL PANEL: 1.) The test control panel for the test frame. 2.) The control panelwill include dedicated push-button keys for quick, efficient test set-up and operation.3.) The control panel push-buttons will have, at a minimum, functions to STOP TEST, STARTTEST, RESET GAGE LENGTH, JOG UP (for positioning), JOG DOWN, RETURN TO GAGE LENGTH, andtwo USER DEFINABLE control keys. 4.) A hand set shall be provided for fine positioning ofthe crosshead to facilitate test set-up.DIGITAL CONTROLLER: 1.) Minimum Controller Functions:a. Closed loop motion control in either extension (position), load, stress, strain, truestrain control.b. Specimen Protect that provides full protection of test specimens. When enabled, thisfunction will drive the crosshead to reduce the load on the specimen to below a userselected value.c. Preload capability which allows the user to specify a load or stress value to obtainbefore starting the test.d. Precycling capability which allows the user to define the number of cycles twoindependent limits to cycle between prior to transferring to test start.2.)Graphical Display: A real time X-Y plot of two selected variables will be displayed. The variable for each axis will be load, stress, extension, strain from extension or timeas selected by the user. The available system of units for each axis will be U.S.Customary, Metric or S.I. and will be independently set by the user. Other graphicalfeatures will include manual and automatic scaling, legend, symbols, to distinguishindividual test curves, horizontal and vertical offset between test curves and selectablenumber of test curves per real-time display.SOFTWARE: 1.) General Functionality: a.) The control software shall include set-up of thefollowing: rate of motion, relaxation, creep, specimen protection, limits on allchannels, calibration and balance of transducers, specimen dimensions, test-end/breakdetection and results tables at a minimum. b.) The control software shall utilizecontext sensitive Hypergraphic Help and an on-line documentation system. c.) An unlimitednumber of test methods shall be available for storage and retrieval.2. Data Acquisition: a.) The control electronics shall be capable of continuouslysampling synchronous data at 80 kHz across all transducer channels. b.) Data shall beacquired at a constant rate without gaps. The user shall have the ability to set thedata rate based upon time, or a combination of up to three parameter changessimultaneously. c.) Raw data collected can be automatically stored in ASCII format to anydisk drive recognized by the computer, including networked drives.3. Results (Calculations) a.) A comprehensive library of calculations for testing shallbe included. b.) Any type of result can be selected more than once - there is no limit onthe number of calculations made. c.) User calculations - The user can define an unlimitednumber of special calculations by defining variables and using an on screen scientificcalculator to create equations. d.) Calculated results can automatically be stored in anASCII format to any disk drive recognized by the computer, including networked drives.e.) The on line Help system shall list all calculations, show algorithms, and showgraphical example of how the result is calculated.ACCESSORIES: 1. One (1) set pneumatic action grips 1000-lb. capacity to include: One (1) set of rubber faces size 1 x 2,  One (1) set of serrated faces size1 x 2,  One (1) pneumatic action foot switch.SERVICEABILITY AND SYSTEM STATUS: 1.) The supplier shall install the system and providethe following services at the time of installation: on-site installation and training fora minimum of two days. 2.) Eighteen month warranty on parts, components, and test system.3.) Twelve month warranty on softwareThe provisions and clauses in the RFQ are those in effect through FAC 2005-26.The NAICS Code and the small business size standard for this procurement are 334519 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Offers for the items(s) described above are due by close of business on 9/19/2008 to NASAGRC, ATTN: Bernadette Kan, MS 500-305, 21000 Brookpark Road Cleveland OH 44135 and mustinclude, 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 authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV 1991),52.219-28 Post-Award Small Business Program Rerepresentation (June 2007), 1852.215-84Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR 2002), and1852.225-70 Export Licenses. (FEB 2000). FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b.Destination. (NOV 1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health(Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000) (a) The Contractor shallcomply with all U.S. export control laws and regulations,including the InternationalTraffic in Arms Regulations (ITAR), 22 CFR Parts 120 through130, and the ExportAdministration Regulations (EAR), 15 CFR Parts 730 through 799, inthe performance of thiscontract. In the absence of available licenseexemptions/exceptions, the Contractor shallbe responsible for obtaining the appropriatelicenses or other approvals, if required, forexports of hardware, technical data, andsoftware, or for the provision of technicalassistance. (b) The Contractor shall be responsible for obtaining export licenses, ifrequired,before utilizing foreign persons in the performance of this contract, includinginstanceswhere the work is to be performed on-site at NASA Glenn Research Center21000Brookpark Rd.Cleveland, Ohio 44135,where the foreign person will have access toexport-controlled technical data orsoftware. (c) The Contractor shall be responsible forall regulatory record keeping requirementsassociated with the use of licenses and licenseexemptions/exceptions.(d) The Contractor shall be responsible for ensuring that theprovisions of this clauseapply to its subcontractors.FAR 52.212-5 (JUNE 2007), ContractTerms and Conditions Required To Implement Statutesor Executive Orders-Commercial Itemsis applicable and the following identified clausesare incorporated by reference: 52.203-6(With Alt 1) Restrictions on Subcontractor Salesto the Government 3.503-1, 52.219-4Notice fo Price Evaluation Preference for HubzoneSmall Business Concerns 19.1308(b),52.219-8 Utilization fo Small Business Concerns19.708(a), 52.222-3, Convict Labor (JUN2003) (E.O. 11755), 52.222-19, Child Labor -Cooperation with Authorities and Remedies(AUG 2007) (E.O. 13126), 52.222-21,Prohibition of Segregated Facilities (FEB 1999),52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity forSpecial Disabled Veterans, Veterans ofthe Vietnam Era, and Other Eligible Veterans (SEP2006) (38 U.S.C. 4212), 52.222-36,Affirmative Action for Workers with Disabilities (JUN1998) (29 U.S.C. 793), 52.222-37,Employment Reports on Special Disabled Veterans,Veterans of the Vietnam Era, and OtherEligible Veterans (SEP 2006) (38 U.S.C. 4212),52.222-39 Notification fo EmployeeRights Concerning Payment fo Union Dues or Fees22.1605(a), 52.222-50, CombatingTrafficking in Persons (AUG 2007) (Applies to allcontracts), 52.225-1, Buy American Act- Supplies (JUN 2003) (41 U.S.C. 10a-10d),52.232-34, Payment by Electronic FundsTransfer - Other than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 BernadetteKan not later than 9/18/2008. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained 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 anyresultant 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 isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a236a9ff58f7e81f112044c0da88d9ae&tab=core&_cview=1)
 
Record
SN01673870-W 20080919/080917222251-a236a9ff58f7e81f112044c0da88d9ae (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.