Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

66 -- Tissue Test System - Provisions and Clauses

Notice Date
1/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-12-Q-0040
 
Archive Date
1/27/2012
 
Point of Contact
Michelle Creenan, Phone: 301-295-3924
 
E-Mail Address
micreenan@usuhs.mil
(micreenan@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for a PC controlled electromechanical test machine with heated, saline tissue bath and fixtures that will be used by biomedical researchers and engineers for low force fatigue, tensile, compressive, flexural, creep, stress relaxation and shear tests of soft tissues and surgically implanted devices. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-55 (January 03, 2012). In order to be eligible for award, offerors must be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) and the Online Representations and Certifications Application (ORCA) database (https://orca.bpn.gov/) prior to award. Offerors interested in responding to this requirement must provide a quote for a tissue test system, which at a minimum, meets the specifications listed below. A single firm fixed-priced (FFP) purchase order will be awarded. Minimum Specifications: This test system must be capable of performing tests while the sample is submersed in a precision temperature controlled saline bath test environment. The bath shall consist of non-circulating saline bath with dual zone heaters and two controllers to ensure 37C operation within +/- 0.2C or +/- 0.5F. RTD sensors will be used for temperature sensing. Two corrosion resistant tensile grips shall be included with jaw faces designed for grabbing soft tissues without damaging them. A low force fatigue resistant load cell, statically rated 5 lb full scale, shall be included for testing in the bath. A 100 lb static rated load cell shall be included for ambient tests. A pair of grips is required to hold suture and fine wire up to 3 mm diameter. The test machine shall be capable of tests to 250 lb and speeds up to 25 ipm. The test software will include analyses for all the tests described in the intended purpose. All available standard software modules shall be included with the controller. The test software and test system shall be capable of performing load controlled sinusoidal waveforms for fatigue tests. It shall include PID servo tuning capabilities required to set it up for all the intended tests. The controller will be capable of interfacing to at least five feedback channels (strain, position, load and auxiliary). The controller will be capable of gathering data at speeds up to at least 1000 samples per second. This speed is the minimum needed for quality stress relaxation tests. The software must be capable of fatigue tests which require creation of blocks made of multistep segments including mixes of ramp, dwell, sinusoid, and sawtooth. The test frame shall be capable of expansion to loading capacity of 1500 pounds as lab requirements change. The test machine must be capable of horizontal or vertical test setups. USU requires table-top configuration for the tissue test system. The selected offeror will be required to provide installation and training. The resultant award will include two (2) option periods for maintenance. Offerors responding to this requirement must provide pricing for the following CLINS: CLIN DESCRIPTION QTY UNIT OF ISSUE 0001 TISSUE TEST SYSTEM 1 EACH 0002 INSTALLATION 1 JOB 0003 TRAINING - CONDUCTED ON-SITE 1 EACH 1001 OPTION YEAR I - MAINTENANCE - WILL START ONE DAY AFTER WARRANTY EXPIRES 1 YEAR 2001 OPTION YEAR II - MAINTENANCE - WILL START ONE DAY AFTER OPTION YEAR I ENDS 1 YEAR In order to be considered for award, offerors must provide a quote for all CLINS listed. The government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance): 1. Price - Offerors must include all applicable costs (Example: Components, Shipping) in their quote. The total quoted price for all components, inclusive of options, will be the evaluated price. 2. Technical - Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate that the quoted item meets the specifications outlined above. Warranty, training, installation plan and delivery lead-time must be included in quote. The government reserves the right to utilize technical and customer reviews/references as part of the technical evaluation. Offerors must also submited completed copies of provisions 52.222-48 and 252.225-7036, Alt I. See attached provisions and clauses sheet for copies. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Offerors may provide quotes for multiple tissue test systems. Items will be shipped to Bethesda, MD. See attached list for applicable provisions and clauses for this requirement. Questions/clarifications regarding this solicitation must be submitted via email to micreenan@usuhs.mil by January 18, 2012. Any question received after January 18th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around January 20th. Quote packages are due by 8:00 PM EST on January 26, 2012. Quotes must be submitted via email to micreenan@usuhs.mil. Quotes will not be accepted by any other means. Late quotes will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec84e085a4ac25168bcead11a644ca3c)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02653965-W 20120114/120112234914-ec84e085a4ac25168bcead11a644ca3c (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.