Federal Bid

Last Updated on 01 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Hyattsville Maryland

Tensile Tester

Solicitation ID W911QX-17-T-0211
Posted Date 11 Aug 2017 at 12 PM
Archive Date 01 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Hyattsville Maryland United states 20783
 

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

 

1.  Class Code: 66

 

2.  NAICS Code:  334515

 

3.  Subject:  Notice of Intent to Sole Source: One (1) Tensile Tester

 

4.  Solicitation Number: W911QX-17-T-0211

 

5.  Set-Aside Code: N/A

 

6.  Response Date: Five (5) days from posting

 

7.  Place of Delivery/Performance: 

U.S. Army Research Laboratory

                                    2800 Powder Mill Rd

                                    Adelphi, MD

                                    20783-1138, USA

 

8.                     (i)  This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued.

 

The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i) which states "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to is ADMET, Inc., 51 Morgan Drive, Norwood, MA, 02062-5021. This notice of intent is not a request for competitive proposals.  However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

 

                        (ii)  The solicitation number is W911QX-17-T-0211. This acquisition is issued as an a Request for Quote (RFQ).

 

                        (iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Effective 19 Jan 2017.

 

                        (iv)  The associated NAICS code is 334515. The small business size standard is 750 Employees.

                        (v)   The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):  The Government requires one (1) Tensile Tester in accordance with (vi):

 

                        (vi)  Description of requirements:

 

The Contractor shall provide a quantity of one (1) tensile tester for the Army Research Laboratory (ARL) Sensor Electron Devices Directorate (SEDD) Power Components Branch that meets the following minimum specifications:

 

•·         Shall be capable of operating continuously and autonomously under both static and dynamic tensile and compressive mode at a load ranging from  .01 kilonewton (kN) to two (2) kN between two (2) distinct operating conditions.

•o   Shall be capable of operating under one (1) condition of peak to peak amplitude of four (4) inches at a frequency of 0.32 hertz (hz) (velocity of eight [8] inches per second)

•o   Shall be capable of operating under another condition of peak to peak amplitude of 0.32 inches at a frequency of eight (8) hz (velocity eight [8] inches per second)

•·         Shall be capable of continuous (real-time) sample frequencies of 80 to 100 hz

•·         Shall have the ability to perform common mechanical tests in tension and compression (or fatigue) according to ASTM standards

•·         Shall have the ability to view real-time data

•·         Shall have the ability to view real-time test curves being run

•·         Shall have the ability to create simple or complex test methods and test profiles.

•o   Examples of standard required test profiles include sinewave and sawtooth.  Examples of complex profiles, such as those needed for the elastocaloric testing, include the need to strain the material at a specified strain rate, dwell at that specified strain for a set amount of time, unload at a specified strain rate back to a second strain set point, dwell again at a specified strain, then repeat the process 'n' times. 

•·         Shall have the ability to adjust system limits (position) during a test without terminating run and restarting.

•·         Shall have an input channel for collecting real-time data from a thermocouple, actuator, or other measurement device during testing.

•·         Shall have the ability to create and modify test profiles and calibration tables on an external computer that then could be uploaded from the computer to the tensile tester.

•·         Shall have a large, easy to read display that shows live readings for load, stress, position, strain, and aux inputs.

•·         Shall have the ability to change between English, Metric, and International System (SI) units on display.

•·         The tool software shall have built in calculation of test parameters such as peak load, ultimate strength, offset yield, modulus of elasticity, and elongation.

•·         The tool software shall be able to calculate high, low, mean, and standard deviation for a group of tests.

•·         The tool software shall have the capability to print directly to a printer.

•·         Shall have the ability to save and recall test methods for repeatable testing.

•·         Shall have the ability to save (to hard disk) and export test results from the device in American Standard Code for Information Interchange (ASCII) format for easy viewing and manipulation in Excel and MATLAB.

•·         Shall use a standard high speed Universal Serial Bus (USB) port/cable for communication with an external computer.

•·         Pneumatic grips supplied shall have a capacity greater than the maximum load of 1000 Newton

•·         Pneumatic grip hand/foot switches and accessories (tubes, fittings, and connectors) shall be supplied.

•·         Shipped with a factory calibration and limited warranty.

 

                        (vii) Delivery is required by four (4) weeks after receipt of order (ARO). Delivery shall be made to U.S. Army Research Laboratory, Adelphi, MD. Acceptance shall be performed at to U.S. Army Research Laboratory, Adelphi, MD. The FOB point is to U.S. Army Research Laboratory, Adelphi, MD.

                        (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.  The following addenda have been attached to this provision: None.

 

                        (ix)  The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.  The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:  N/A - Notice of Intent to Sole Source.

 

                        (x)  Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

 

                        (xi)  The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None.

 

                        (xii)  The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable:

 

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS  (JULY 2013)

 

52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013)

 

52.219-28   POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

 

52.222-3 CONVICT LABOR (JUN 2003)

 

52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014)

 

52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)

 

52.222-26 EQUAL OPPORTUNITY (MAR 2007)

 

52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

 

52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015)

 

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

 

52.225-13  RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

 

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACT REGISTRATION (JULY 2013)

 

52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

 

 

APG-ADL-I.5152.212-4401 DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (OCT 2015) [Local Adelphi Clause]

 

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)

 

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015)

 

 

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

 

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

 

252.204-7000 DISCLOSURE OF INFORMATION

 

252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015)

 

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

 

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS

 

252.204-0007 Contract-wide:  Sequential ACRN Order.  (SEP 2009)

 

                        (xiii)  The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

 

252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

 

252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015)

 

252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011)

 

252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014)

 

252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013)

 

252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011)

 

252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012)

 

252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012)

 

252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)

 

252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)

 

252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002)

Full Text Clauses

 

252.203-7994  Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation

 

252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS

 

 

52.004-4409 ACC - APG POINT OF CONTACT

 

52.004-4411 TECHNICAL POINT OF CONTACT

 

INTENT TO SOLE SOURCE

 

52.016-4407 TYPE OF CONTRACT (Reference: 52.216-1)

 

52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE


APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD)

 

52.032-4418 TAX EXEMPTION CERTIFICATE (ARL)

 

APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENTS - ALC (SEP 1999)

 

COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS) (MAR 2017)

 

EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL

 

AWARD OF CONTRACT

 

APG-ADL-L.5152.215-4441 ADELPHI CONTRACTING DIVISION WEBSITE

PAYMENT TERMS

 

252.203-7994  Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation

 

252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS

 

 

 

                        (xiv)  This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

 

                        (xv)  The following notes apply to this announcement: None.

 

                        (xvi)  Offers are due on five (5) days after posting by 11:59pm EST to [email protected] or [email protected].

 

                        (xvii)  For information regarding this solicitation, please contact Crystal Demby, 301-394-5332, [email protected] or Ashley Eaker, 301-394-4229, [email protected].

 

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Aug 2018 at 1 PM
Bethesda Maryland 24 Jul 2019 at 3 PM
Location Unknown 30 Mar 2015 at 9 PM
New brunswick New jersey 09 Feb 2022 at 5 AM
New york New york 08 May 2018 at 6 PM

Similar Opportunities

Tucson Arizona 10 Jul 2025 at 3 AM
Boise Idaho 31 Jul 2025 at 4 AM (estimated)
Fulshear Texas 08 Jul 2025 at 7 PM
Columbus Ohio 11 Jul 2025 at 4 AM