Federal Bid

Last Updated on 22 May 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Instrumented Macro Indenter

Solicitation ID RFQ-NB735150-19-01387
Posted Date 26 Apr 2019 at 3 PM
Archive Date 22 May 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location United states
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 of Commercial Items - as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13.

THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 - Other Measuring and Controlling Device Manufacturing. The small business size standard is 500 employees. This acquisition is issued as an unrestricted basis; both small and other than small businesses may respond.

DESCRIPTION OF REQUIREMENTS

Background

The Production Systems Group (PSG) at the National Institute of Standards and Technology (NIST) conducts research in metals-based additive manufacturing (AM) to develop and deploy test methods and protocols, standard test artifacts, and exemplar data that create robust post-process measurements and non-destructive testing to support qualification of AM parts.

Part of this research involves understanding how the manufacturing process affects the mechanical properties. Indentation (e.g. hardness) testing is commonly used; however, recent advancements in indentation testing are not fully realized. In order to expand NIST's research into advanced indentation testing for additive manufacturing, the PSG requires an instrumented macroindenter. This new capability will allow NIST to perform important AM research to support qualification of AM parts.

Objectives

The purpose of this acquisition is procurement of an instrumented macroindenter. The new instrumented macroindenter will allow NIST's additive manufacturing (AM) research to expand into advanced indentation methods and high-throughput experiments to support qualification of AM parts.

Required Specifications

The Contractor shall provide one (1) instrumented macroindenter which meets the following minimum specifications:

1. Force/load measurement specifications
1.1. Maximum force >= 2500 N
1.2. Force range 5N to 2500 N with load cell Accuracy grade 1 accord. to ISO 7500-1

2. Displacement measurement specifications
2.1. Minimum displacement Resolution 0.002 µm
2.2. Accuracy grade 0.2 accord. to ISO 9513
2.3. Maximum displacement of 4 mm or greater

3. Hardness testing capabilities
3.1. Capable of Rockwell ASTM E18-18a or ISO 6508-1
3.2. Capable of Instrumented Indentation ASTM E2546-15 or ISO 14577-1
3.3. Capable of Vickers ASTM E92-17 or ISO 6507-1

4. Optical specifications
4.1. Contains an optical microscope for viewing sample pre-test and post-test
4.2. Objective lenses for 50, 100, and 200 magnifications

5. X-Y stage specifications
5.1. Motorized x-y stage with minimum movement of 100 mm x 50 mm
5.2. Stage capable of withstanding force of 2500 N

6. Additional Requirements
6.1. Computer with minimum 8GB memory and 2TB hard disk
6.2. Monitor with minimum 23" screen
6.3. Rockwell indenter, diamond cone, for HRA and HRC with official test certificate
6.4. One Vickers pyramid indenter with official test certificate
6.5. Automatic indentation measurement
6.6. Sequence testing (automatically running multiple indents)

 

Warranty Requirements

Products shall come with a standard manufacturer's 1-year warranty. Standard warranty shall include repair or replacement of defective products or components resulting from the manufacturing process, not including normal wear and tear.

Maintenance Support

Maintenance support is not required.

Installation and Training Requirements

The Contractor shall perform equipment installation at the NIST site. The Contractor shall also provide training on the use of the equipment and associated software. Installation and training shall be completed within ten (10) business days after delivery of equipment.

Delivery

The Contractor shall deliver the required products F.O.B. Destination to the NIST loading dock address below:

National Institute of Standards and Technology
100 Bureau Drive
Building 301 Shipping & Receiving
Gaithersburg, MD 20899

Installation and Training shall take place at the NIST laboratory site in Gaithersburg, MD within 10 business days after equipment delivery at a time mutually agreed upon.

Inspection, Acceptance, and Testing 
NIST shall have five (5) business days after receipt of equipment, installation, and training, to inspect the products. Inspection will occur at the NIST site. Products will be accepted after verification of the following items:

1.) All requested products were shipped without damage
2.) Installation of the ordered products is completed timely and basic functionality is verified.
3.) Checking operation of hardness sequence tests by running three consecutive tests through automation (See Section C: 6.6)
4.) Review of load cell and displacement measurement calibration documentation to see that both meet technical specifications in Section C: 1.2 and 2.2.
5.) On-site indirect verification of system performance for Rockwell HRC testing according to ASTM E18-18a. (Hardness blocks provided by NIST)
6.) On-site indirect verification of system performance for Vickers hardness testing according to ASTM E92-17 for test forces > 5 N. (Hardness blocks provided by NIST)

Period of Performance

The overall period of performance shall be 17 weeks after Contractor receipt of order.

Delivery shall take place within 14 weeks after contractor receipt of order, and installation and training shall take place within 2 weeks thereafter. NIST shall then have five business days to inspect the equipment.


APPLICABLE PROVISIONS AND CLAUSES

Please see the attached document for applicable provisions and clauses.

 

QUESTION AND ANSWER PERIOD

CAR 1352.215-73 INQUIRIES (APR 2010):

Offerors must submit all questions concerning this solicitation in writing electronically to Ms. Lauren Phelps, Contract Specialist, at [email protected]. Questions must be received by or before April 30, 2019 at 6:00 PM ET. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision).

 

DUE DATE FOR QUOTATIONS

All quotations must be submitted via email to Ms. Lauren Phelps, Contract Specialist, at [email protected]. Submission must be received not later than May 7, 2019 at 11:00 AM ET

 

REQUIRED SUBMISSIONS

1. For the purpose of evaluation of Technical Capability:

• The quotation must clearly include one (1) macroindenter in accordance with the required specifications and warranty requirements identified in the solicitation. The quotation shall clearly demonstrate compliance with each minimum specification listed in the solicitation

• The quotation shall be submitted with product and warranty information which details how the quoted instrument meets requirements.

• The quotation must clearly affirm compliance with delivery, installation, and training requirements identified in the solicitation.

2. For the purpose of evaluation of Price:

A firm-fixed price quotation for the identified line item. The price must be for F.O.B Destination / must include any delivery fees.

3. Completion of Fill-Ins at Provision FAR 52.225-4 of the Solicitation

4. Contractor DUNS
DUNS shall be used to verify the offeror's active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award.

 

CONTRACT LINE ITEM STRUCTURE:

Responsible Offerors shall provide pricing for the following line item:

LINE ITEM 001: Contractor provision of one (1) macroindenter, Inclusive of any Delivery Fees

 

EVALUATION CRITERIA AND BASIS FOR AWARD

In accordance with FAR 52.212-2: Evaluation - Commercial Items as included in the attached Applicable Provisions and Clauses document, the Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, is the Lowest Price Technically Acceptable quote.

Technically acceptable means that the quotation meets the following requirements:

1. The quotation clearly includes one (1) macroindenter in accordance with the required specifications and warranty requirements identified in the solicitation. The quotation clearly demonstrates compliance with each minimum specification listed in the solicitation

2. The quotation clearly affirms compliance with delivery, installation, and training requirements identified in the solicitation.

Price must include any delivery fees. Price will be evaluated for reasonableness.

 

 

Bid Protests Not Available

Similar Past Bids

Gaithersburg Maryland 19 Aug 2015 at 6 PM
Institute West virginia 22 Jul 2015 at 1 AM
Washington District of columbia 09 Feb 2018 at 7 PM
Florida Not Specified
Gaithersburg Maryland 07 May 2007 at 4 AM

Similar Opportunities