Combine Solicitation – Upgrade of a Universal Test Machine and Video Extensometer
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Upgrade of a Universal Test Machine and Video Extensometer
Classification Code: 70 - General purpose information technology equipment
Solicitation Number: SB1341-14-RQ-4122
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 20899
Place of Performance Country: US
Description:
CLASSIFICATION CODE: 70 - Information Technology TITLE: Upgrade of Universal Test Machine (UTM) and Video Extensometer
SOLICITATION NUMBER: SB1341-14-RQ-4122
RESPONSE DATE:
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76
1352.215-72 INQUIRIES (
The associated North American Industrial Classification System (NAICS) code for this procurement is 541512 with size standards in millions of dollars,
All offerors shall provide a proposal for the following line items:
Line Item 0001: Procurement of one (1) new non-contacting extensometer, control software, control computer, and any required hardware necessary to make the new items compatible with the existing Instron Model 5582 load frame, load cells plattens and grips, and pneumatic grip controller.
STATEMENT OF WORK:
TITLE: Upgrade of UTM with Video Extensometer LAB REQUESTING SERVICE:
The non-contacting extensometer shall be capable of measuring axial strain in high-strength polymer yarns, including aramid yarns and UHMWPE yarns. The extensometer shall be capable of being configured to meet the requirements of ISO 9513:2012 as a class 0.5 extensometer. The extensometer shall be capable of measuring strain in the axial direction, as well as measuring axial-transverse, rotational, and orthogonal strain. The extensometer shall be capable of stand-alone operation, without the load frame, to allow its capabilities to be used with other load frames or specialized test hardware.
The upgraded UTM control software and any upgraded hardware shall maintain the existing capabilities and safety features of the current UTM configuration. The upgraded UTM control software shall support the load frame, existing load cells, which are listed below, the existing platens and grips, including the pneumatic cord and yarn grips, and the pneumatic grip controller, which are described below. The upgraded UTM control software shall allow the user to save and load test configurations, and monitor and save test data, including the crosshead position, load, and strain(s).
At the time of installation, the contractor shall calibrate the upgraded UTM, the non-contacting extensometer, and the existing load cells, which are described below. All calibrations shall be NIST traceable, and performed by an organization accredited by an appropriate accreditation body (NVLAP, A2LA, etc.) to provide the calibration in conformance with ISO/IEC 17025.
III. SPECIFICATIONS The Contractor shall provide a new non-contacting extensometer, upgraded control software, and any necessary upgraded hardware, such that the upgraded system meets the following minimum technical requirements. The Contractor shall install the equipment and software, and calibrate the upgraded system as described below. The Contractor shall provide training as described below.
Hardware: * The new extensometer shall be a non-contacting extensometer, i.e. either a video or laser extensometer. * The new extensometer shall be capable of measuring axial strain in high-strength yarns, including aramid yarns and UHMWPE yarns. * The new extensometer shall be capable of measuring axial strain, axial-transverse strain, rotational strain, and orthogonal strain in appropriate specimens. * The new extensometer shall be capable of being configured with a vertical field-of-view (FOV) of 30 mm or larger, and in this configuration shall: o ...meet the requirements of ISO 9513:2012 as a class 0.5 extensometer. o ...have a resolution of 0.5 [mu]m (micrometer) or smaller. * The new extensometer shall be capable of being configured with a vertical FOV of 100 mm or greater, and in this configuration shall: o ...meet the requirements of ISO 9513:2012 as a class 1.0 or better extensometer. o ...have a resolution of 1.0 [mu]m (micrometer) or smaller. * The new extensometer shall be capable of measuring with a data (video) frame rate of 15 fps or faster. * The new extensometer shall be supplied with all hardware for supporting and focusing lenses. * The new extensometer shall be supplied with appropriate lighting for illuminating specimens in the UTM. * The new extensometer shall be capable of being mounted to the load frame and shall be capable of being mounted independently of the load frame. All necessary hardware for both of these configurations and shall be included. * The new extensometer shall be capable of being used in a stand-alone configuration, to allow its capabilities to be used with other load frames or specialized test hardware. * The control hardware shall be upgraded to accommodate the new extensometer and the new control software. * The Contractor shall provide a new computer to run the control software. * The computer shall meet or exceed the minimum hardware requirements for the control software, extensometer, and control hardware. * The Contractor shall provide any necessary hardware to allow the control computer to interface with the UTM and the extensometer. * The upgraded control hardware shall maintain the current capabilities of the load frame. * The upgraded control hardware shall allow testing with the existing load cells, including: o One Instron 2525-816 Static tension and compression load cell with a 500 N capacity (+/- 500 N) and a 25 pin, DB-25 style connector. o One Instron 2525-806 Static tension and compression load cell with a 1 kN capacity (+/- 1 kN) and a 25 pin, DB-25 style connector. o One Instron 2525-804 Static tension and compression load cell with a 10 kN capacity (+/- 10 kN) and a 25 pin, DB-25 style connector. o One Instron 2525-810 Static tension and compression load cell with a 30 kN capacity (+/- 30 kN) and a 25 pin, DB-25 style connector. o One Instron 2525-801 Static tension and compression load cell with a 100 kN capacity (+/- 100 kN) and a 25 pin, DB-25 style connector. * The upgraded control hardware shall allow testing with the existing grips and compression platens, including: o The Instron Model 2714 pneumatic cord and yarn grips. * The upgraded control hardware shall allow use of all existing test accessories, including the Instron Model 2701 pneumatic grip controller, or the Contractor shall provide compatible replacement hardware.
Software: * Shall provide control of the UTM load frame, and monitoring of load, relative crosshead position, and strain. * Shall allow users to save and restore standard test configurations. * Shall allow recording of the load, relative crosshead position, and strains in all measured orientations. * Shall allow the recorded data to be saved (either in proprietary or standard formats, or both) and shall allow all recorded data to be exported in standard formats. * Shall be compatible with a currently supported operating system (OS). If the control software is intended to run on a version of the Microsoft Windows OS, it shall be compatible with Microsoft Windows 7 (Professional or Enterprise) Service Pack 1 (or newer), 64-bit.
System Requirements: * The upgraded system shall either: employ all existing safety features of the UTM system, including the emergency stop switch and travel limit switches, or provide equivalent safety features. * The Contractor must provide an operations and maintenance manual(s) covering proper operation, routine maintenance, and trouble shooting for the extensometer, any upgraded control hardware, and the software. o The manual(s) may be supplied in hard copy or electronic format (or both). * The Contractor shall calibrate the UTM, the extensometer, and five (5) load cells (as described above). The calibrations shall be performed by an organization accredited by an appropriate accreditation body (NVLAP, A2LA, etc.) to provide the calibration in conformance with ISO/IEC 17025. * The Contractor shall provide at least one year of software maintenance.
Installation: The Contractor shall install the equipment in Building 220,
Warranty: The Contractor shall include at least a one (1) year warranty on all parts, materials and labor for the equipment.
Training Include at least 8 hours of training at NIST for up to 5 NIST personnel covering normal operation, troubleshooting, and routine maintenance. Training will be provided during normal business hours,
IV. PERIOD OF PERFORMANCE The period of performance shall be one (1) year from award of this requirement.
V. PLACE OF PERFORMANCE Installation of the equipment, calibration, and training shall be accomplished at NIST,
VI. GOVERNMENT FURNISHED PROPERTY NIST shall make available standard fixturing (pins, clevises, compression platens) for use during the equipment calibration.
VII. DELIVERABLES
Description Quantity Due Date Non-contacting extensometer. One (1) 90 days after award. Control system upgrade. One (1) 90 days after award. Installation of the extensometer, software, computer, and control system upgrade. Once 120 days after award. Operations and maintenance manual(s) for the extensometer, software, and any upgraded hardware. Either one (1) paper copy or an electronic copy. At time of installation. Calibration of the upgraded UTM, non-contacting extensometer, and specified load cells. Once 10 days after installation. Training of NIST personnel at NIST,
VIII. PERFORMANCE REQUIREMENT SUMMARY The Contractor shall demonstrate that all performance standards in this statement of work have been met.
IX. RISK ASSESSMENT The HSPD-12 Security Risk Level assigned to this Task Order is: Low
X. GENERAL INFORMATION Safety: The Contractor employee shall be responsible for knowing and complying with NIST installation safety prevention regulations (http://www-i.nist.gov/mml/safety/policies/index.htm.) Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal.
Patent Rights: The Government retains a Government use license to all inventions arising from work performed with the installed equipment.
Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed
Identification Badges: Contractor employees shall comply with NIST identification and access requirements. The Contractor employee is responsible for absences due to expired identification and access documents. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. The badge must show the full name, title, and if required by NIST, the words "Contractor" in front. The Contractor employee shall turn in the NIST identification badge and vehicle pass to the TPOC, COR, or Contracting Officer (CO) upon termination of their services under this contract.
Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle's rear view mirror in accordance with instructions. The Contractor employee shall follow NIST procedures for removal and turn-in of the vehicle pass upon termination of services under this contract.
Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the TPOC, COR, and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Director.
PROVISIONS AND CLAUSES:
The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment 1.
Provisions
52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items
Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
Clauses
52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010)-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans,
52.237-2 Protection of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance With The Laws
NIST Local Clause_04 Billing Instruction:
(a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to [email protected]. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621
INSTRUCTIONS:
Central Contractor Registration
In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award.
Due Date for Proposals
Offerors shall submit their proposals so that NIST receives them not later than
Proposals shall be sent to the
Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to
Addendum to FAR 52.212-1, Proposal Preparation Instructions
1) Price Proposal: The offeror shall submit an original and four copies of the completed price schedule. If the proposal is submitted electronically, additional copies are not required. The pricing proposal shall be separate from any other portion of the proposal. The offeror shall propose a firm-fixed-price, FOB Destination, for each
Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past two (2) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its proposal. The government reserves the right to consider data obtained from sources other than those described by the offeror in its proposal. It is recommended that approximately 3-5 contracts be referenced.
The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The proposal should include one of the following statements:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:
Offeror shall list exception(s) and rationale for the exception(s)
Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a proposal based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the proposal.
PROPOSAL EVALUATION: The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract.
Evaluation of Proposals: The Government reserves the right to make an award without discussions based solely upon initial proposals. The award of this contract resulting from the solicitation will be made to the Offeror whose proposal offers the best value, through the trade-off process, to the Government from a technical and price/cost perspective. In determining what offer provides the best value, technical evaluation factors are considered significantly more important than cost. Award will be made to the Contractor: (1) whose proposal is technically acceptable; (2) whose technical and price relationship is considered to be the most advantageous to the Government; and (3) who is considered to be responsible based on past performance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Likewise, award will not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the required services. When technical factors become equal among proposals, price will be the determining factor. Technical Acceptability is the most important of the Evaluation Factors. Exceeding the Technical Requirements will be considered the second most important of the Evaluation Factors. Price is the least important of the Evaluation Factors. Past Performance is considered a qualifying/disqualifying factor. Those vendors without an acceptable past performance will not be considered regardless of Technical Acceptability and/or Cost. Note: Evaluation of past performance allows the Government to assess the risk associated with an offer based on how an offeror has performed on similar contracts. Evaluation of this factor will be based on the Offeror's demonstrated past performance with similar or identical equipment, including installation and calibration. Past performance will be evaluated using information obtained from references provided in the proposals, and may also include other relevant information that is available to the Government, including information on contracts with Federal, state, and local governments and commercial sources. Technical Evaluation Factors Factor A - Technical Acceptability NIST will evaluate the extent to which the Offeror's proposal demonstrates in detail how it intends to satisfy the minimum requirements in the SOW. Factor B - Exceeding the Technical Requirements NIST will evaluate the extent to which the Offeror's proposal demonstrates in detail how it exceeds the minimum technical requirements in the SOW. In particular, NIST will consider smaller resolutions, lesser uncertainty, and larger fields of view to be preferable. NIST will consider more capabilities in the control software to be preferable. Factor C - Price The proposed price will be evaluated but not scored. Proposed price must be entirely compatible with the technical acceptability. NIST analysis will determine the best value based on the products ability to meet the requirements in the SOW in comparison to its cost. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based.
1352.233-70 AGENCY PROTESTS (
(c) Agency protests filed with the agency
(d) A complete copy of all agency protests, including all attachments, shall be served upon the
1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (
(a) A protest may be filed with either the
(End of clause)
Link/URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-4122/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 4582 |


Advisor News
- Bill that could expand access to annuities headed to the House
- Private equity, crypto and the risks retirees can’t ignore
- Will Trump accounts lead to a financial boon? Experts differ on impact
- Helping clients up the impact of their charitable giving with a DAF
- 3 tax planning strategies under One Big Beautiful Bill
More Advisor NewsAnnuity News
- An Application for the Trademark “EMPOWER INVESTMENTS” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Bill that could expand access to annuities headed to the House
- LTC annuities and minimizing opportunity cost
- Venerable Announces Head of Flow Reinsurance
- 3 tax planning strategies under One Big Beautiful Bill
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- On the Move: Dec. 4, 2025
- Judge approves PHL Variable plan; could reduce benefits by up to $4.1B
- Seritage Growth Properties Makes $20 Million Loan Prepayment
- AM Best Revises Outlooks to Negative for Kansas City Life Insurance Company; Downgrades Credit Ratings of Grange Life Insurance Company; Revises Issuer Credit Rating Outlook to Negative for Old American Insurance Company
- AM Best Affirms Credit Ratings of Bao Minh Insurance Corporation
More Life Insurance News