United States - 66--UNIVERSAL MATERIALS TESTING MACHINE

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
13 June 2019
Opportunity publication date
08 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 07, 2019 5:48 pm

36C24919Q0322

Page 3 of 3

SOURCES SOUGHT UNIVERSAL MATERIALS TESTING MACHINE

**This is not a request for proposals, bids, or quotes. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received because of this announcement. **

This is a Sources Sought notice to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement or validate the applicability of 41 USC 3304(a)(1) and FAR 6.302-1, Only One Responsible Source and No Other Supplies Will Satisfy Agency Requirements. The NAICS code is 334519 with a size standard of 500 employees.

BASIC REQUIREMENT:

The Department of Veterans Affairs (VA) Memphis, Tennessee (TN) Medical Center [FACILITY] at:

1030 Jefferson Avenue, Memphis, TN 38104

is seeking qualified business contractors, preferably SDVOSB/VOSBs, to buy one (1) new material testing device with accessories for in-vivo loading and for tensile and flexure testing and services for installation, calibration, testing and training.

BACKGROUND:

Limited information given on background for need of equipment, but Facility is seeking the features and specifications associated with the following brand name device:

Zick-Roell [MFR], 500N Zwicki broken down into the following parts/components:

Load Frame

1x - ZwickiLine Z5.0 TS, p/n: 058992

1x Machine Connection Lead, p/n: 320022

Load Cells

1x - Xforce P load cell, 500N capacity, p/n: 011562

1x Xforce P load cell, 20N capacity, p/n: 060256

2x Connection of the load cell via a second load cell connector, p/n: 310532

1x Mounting stud Ø 20mm, p/n: 311588

1x Adapter 20H7/8g6, p/n: 313260

Grips

1x Pair screw grips 8133, Fmax 1kN, p/n: 316264

1x Jaw inserts, steel, p/n: 313896

3-PT. Bend Kit

1x Flexure table type A, p/n: 318341

1x Flexure support, rigid, p/n: 318343

1x Support, rigid, p/n: 317071

1x Flexure fin, radius 1.5mm, p/n: 316711

1x Connector Fmax 10kN, p/n: 314634

1x Adapter Fmax 1kN, p/n: 310982

In-Vivo Fixture

1x p/n: 1Z005555

Software & Computer

1x TestXpert III Basic Program, English, p/n: 1035154

1x TestXpert III All-in-suite education package, p/n: 1035626

1x TestXpert II Workstation including Monitor, p/n: ZUSLS-1002

Documentation

1x p/n: 347188

Packing & Delivery

1x p/n: 1053685

Services

Travel Expenses 3 days on site

Installation of single column testing machine up to 5KN

Installation of All-in-Suite with configuration of a customer specific test program- up to 8 hours.

Calibration of Universal Testing Machine in conjunction with installation. Includes tensile and compression calibration of one load cell according to ASTM E4.

Additional load cell calibration of tensile and compression direction to ASTM E4.

MARKET RESEARCH:

Market research entailed search of government contracting sources and internet.

INSTALLATION CONSIDERATIONS: None. Items will be drop-shipped to Facility s logistic warehouse.

DIGITAL CONSIDERATIONS:

System is stand-alone and not expected to connect to VA IT architecture. Any software must be compatible with Windows, and hardware must be compatible with existing PC structure.

OTHER CONSIDERATIONS:

Equipment or products must be new not refurbished or grey market. No actual design or construction work will be performed. Options are not considered.

Facility is in the process of determining the availability and capabilities of potential small businesses meeting the previously-described requirement before possibly issuing a solicitation for a firm-fixed price contract that represents the best value for the government.

If no responses are received from potentially responsible sources Facility and its supporting contracting office NCO-9 - under FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis or sole source basis.

RESPONSE CONSIDERATIONS:

All information submitted is subject to verification. Additional information may be requested to substantiate responses. If interested, please respond via email to the following:

Identify the socioeconomic status of your business (For additional information on small business concerns visit www.sba.gov).

SDVOSB/VOSB must be listed as verified in VIP database at: https://www.vip.vetbiz.gov.

Identify the Manufacturer product you distribute

Include a manufacturer brochure

Include an authorized distributor or reseller letter

Identify whether you:

(1) touch the product before delivering to the end-user? Or,

(2) do you just forward the order to the manufacturer and they direct-ship to the end-user?

Identify whether this requirement can be completed entirely under a GSA FSS delivery/task order, NASA-SEWP, other contract vehicle, or Open Market.

Provide current and active FSS or NASA-SEWP, or other contract number.

Each response shall be reviewed by the Contracting Officer/Specialist for determining whether there exists reasonable expectation of obtaining enough offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only.

The complete packaged response should be emailed to Sascha Hertslet at Sascha.hertslet@va.gov under the subject line Sources Sought Notice # 36C24919Q0322.

**Interested parties are encouraged to point to any part of this solicitation that they feel is not reasonable or in-line with current commercial practices and offer alternative solutions/ corrective points.**

The DUE DATE for responses is Thursday, June 13, 2019 by 3:00 p.m. (CST). Any responses past that due date and time will be considered non-responsive.

Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Opportunity closing date
13 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center 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?