Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOURCES SOUGHT

66 -- HYDROGEN EMBRITTLEMENT TEST SYSTEMS REQUEST FOR INFORMATION

Notice Date
2/8/2018
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W911KF)(ANAD), 7 FRANKFORD AVE, Anniston, Alabama, 36201-4199, United States
 
ZIP Code
36201-4199
 
Solicitation Number
W911KF-18-S-0004
 
Point of Contact
T. Morey Gaddy, Phone: 256-741-5227
 
E-Mail Address
troy.m.gaddy2.civ@mail.mil
(troy.m.gaddy2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for market research purposes only. This is NOT a request for quotes or proposals. Summary of Service: Contractor shall provide two (2) new stand-alone Hydrogen Embrittlement Testing ASTM F519 Systems. The system shall include at a minimum but may exceed the following salient requirements: •Hydrogen Embrittlement ASTM F519 Tester. Shall be a currently existing computer controlled production model with all the standard features included and operate using lbf. and report in English. The load frame shall be sufficient and calibrated to meet the requirements of testing all Type 1a.1 samples in accordance to ASTM F519. Automatic variable speed draw-head includes manual operation capabilities. Room temperature configuration. Controller for programed operation with printed test result reports that include sample identification, testing parameters, testing time, and pass / fail results in accordance with ASTM F519. Operates on 115 VAC, 50/60 Hz., 40 amp.. The ASTM F519 tester shall maintain the appropriate load on the sample during a power failure and the programed operation shall recover and note the failure on the report after the power resumes. The ASTM F519 tester shall record and report a type 1a.1sample failure and upon restarting the programed operation shall continue testing the remaining samples and report results in accordance with ASTM F519. The system shall be able to operate (one set at a time) the three (3) complete load train stud and coupling sets listed below. •Three (3) complete load train stud and coupling sets. One set for handling four (4) ASTM F519 Type 1a.1 hydrogen embrittlement samples, a second set for handling eight (8) ASTM F519 Type 1a.1 hydrogen embrittlement samples, and a third set for handling twelve (12) ASTM F519 Type 1a.1 hydrogen embrittlement samples to be tested at ambient temperature. •If weights are required for the operation of the machine, a set of weights (in pounds) shall be supplied that are calibrated to ASTM class 7 or better with individual serialized certification in a quantity and weights sufficient to meet the tensile variations of type 1a.1 samples to provide all testing in accordance with ASTM F519. •Contractor shall be responsible for proper installation and calibration of equipment. •Contractor shall provide its best standard commercial Warranty and shall warranty workmanship in installation and calibration. •Contractor shall provide all necessary Software License, materials and other Technical Literature. •Contractor shall provide Technical Support. •Contractor shall pack, ship, and deliver equipment to Anniston Army Depot. •Contractor shall relocate existing machines The Anniston Army Depot is seeking responses from all responsible sources, including large, and small business concerns. Small business concerns are defined under the associated North American Industry Classification (NAICS) code for this effort, 334519 Other Measuring and Controlling Device Manufacturing; Size Standard is 500 Employees. Please include your company's size classification and socio-economic status in any response to this notice. Responses to this notice must be submitted electronically toT. Morey Gaddy, troy.m.gaddy2.civ@mail.mil, (telephone inquiries will not be accepted or acknowledged). “HYDROGEN EMBRITTLEMENT TEST SYSTEMS” must appear in the subject line of the email or it will be deleted and not read. Responses must be received no later than 15 February 2018 at 4:00 P.M. CST. Interested vendors are requested to submit a statement of the capabilities of their organization with respect to the government’s Request for Information. Responses should include: 1. Prospective firm's name, address, phone number, socioeconomic status and DUNS number 2. General information of firm's previous experience on at least two projects of a similar scope, complexity and value; including the title, location, brief description of work, and dollar value Responses should be "short and to-the-point." This Request For Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is under no obligation to issue a solicitation or to award a contract related to this project. NO FURTHER INFORMATION IS AVAILABLE AT THIS TIME. THIS RFI IS FOR MARKET RESEARCH ONLY. This RFI will expire on 15 February 2018 at 4:00 P.M. CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b17c94fea51176d50800a778104f1a3)
 
Record
SN04817272-W 20180210/180208231647-2b17c94fea51176d50800a778104f1a3 (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.