Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

65 -- MATERIALS TESTER

Notice Date
3/7/2012
 
Notice Type
Presolicitation
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N626452RCES092
 
Response Due
3/22/2012
 
Archive Date
4/30/2012
 
Point of Contact
BRIAN MILLER 301/ 619-1086
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part 6.302-1). The proposed source is ADMET Inc, 51 Morgan Dr., Norwood, MA 02062. Naval Medical Center San Diego (NMCSD) has a requirement for a materials testing system. The system shall perform mechanical tests involving tension, compression, bending, and torsion. The system shall be capable of biaxial testing, specifically axial (linear) and torsional testing. The system shall be capable of testing the axial strength independently, the torsional strength independently, and the axial and torsional strength simultaneously. The system shall be capable of testing the axial and torsional strength along the same axis. The system shall include monotonic, cyclic, and segmented control profiles. The system shall have an axial strength capacity of at least 50kN and a torsional capacity of at least 50Nm. The system shall have a working stroke (distance) of at least 70 inches. The system shall have a static testing limit of at least 100 in/min, a cyclic testing limit of at least 1Hz, and a rotation speed of at least 55 rpm. The system shall be capable of unlimited number of rotations. The system shall include system control software. The system shall be capable of generating real-time x-y plots, summary test reports, and statistical summaries of test data. The system shall include three biaxial load cells with various axial/torque ratings to include the full range of system capacity. The system shall be equipped with interchangeable grips and fixtures. The system shall include a computer workstation for controlling the tester and collecting and viewing data. The power requirements are 120V, 60Hz. Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The system shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America; even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. This acquisition is being conducted under simplified acquisition procedures FAR 13. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334519 with a small business size standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Brian Miller at brian.miller4@med.navy.mil. In addition, challenges can be faxed to 301-619-1132 Attn: Brian Miller. Email challenges are preferred. Closing date for challenges is no later than 4:00 PM. ET on 22 March 2012. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N626452RCES092/listing.html)
 
Record
SN02691505-W 20120309/120307235947-42f7586abbbf9838a61f5653504702df (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.