United States - Thermal Effusivity Analyzer

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 August 2019
Opportunity publication date
10 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 09, 2019 4:52 pm

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B19-970795-1 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Equipment Manufacturing), with a small business size standard of 1000 Employees.

Specifications:
Thermal Effusivity Analyzer
•It should measure thermal effusivity and thermal conductivity of fabric/textiles directly.
•Thermal Effusivity Range: 5 to 1,600 Ws½/m²K, ability to add up to 19,500Ws½/m²K.
•Thermal Conductivity Range: 0.025 to 0.65 W/mK; ability to add up to 500 W/mK
•It can be used for testing unlimited sample size and unlimited sample thickness.
•It should not require any sample preparation.
•It should use non-destructive method.
•It should use test method: Modified Transient Plane Source (MTPS) with Guard Ring.
•It should require only a single side of the sample for measurement; double-sided method is not permitted.
•The sensor should be factory calibrated; it should not need developing of any timing or power parameters.
•Sensor Element: should be stainless steel housing, alumina substrate, active sensing component should be made of platinum alloy, and coated with dielectric glass, must be 17mm in diameter.
•It should have the ability to instantaneously monitor ambient temperature.
•Due to sample compatibility issues: Teflon, Mica or Kapton-coated (or polyimide substitutes) materials are NOT permissible as materials of construction to sensor.
•The sensor should be able to operate in various environments, including thermal chambers, high pressure vessels and glove boxes.
•Test Time: 0.8 to 2 seconds
•Maximum Sample Testing Size: unlimited
•Minimum Sample Testing Size: 17 mm
•Maximum Thickness: unlimited
•Minimum Thickness: 0.5 mm
•Precision: better than 1%
•Accuracy: better than 5%
•It should be supplied with windows-based software. Easy export to Microsoft Excel.
•It should be supplied with constant pressure applicator.
•It should be supplied with calibration reference material Polyfelt.
•It should have the ability to be upgraded in the future with the following options:!to be used in testing at non-ambient temperature from -50 to 200 Degree C, to be used in testing under controlled pressure environments up to 2000 PSI, thermal conductivity measurements between 0 to 500 W/mK, thermal effusivity measurements between 0 to 19,500 Ws½/m²K ability to be connected to dilatometer for thermal expansion and shrinkage measurements.
Delivery must state door to door to the following address:
Southern Regional Research Center
100 Robert E. Lee BLVD.
New Orleans, LA 70124
Additionally, delivery costs to the above location must be annotated in proposal.
The Government anticipates award of a Firm Fixed Price contract.
Quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications.
Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).
Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED.
The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance.
INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.
The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting
Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions
Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR
52.252-2 Clauses Incorporated by Reference.
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically.
Quotes must be received no later than August 16, 2019, 4:00pm Central Standard Time.
Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday, August 14, 2019. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation

Opportunity closing date
16 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Agriculture Southeast Area United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?