Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:F1SRQR9311A002
Combined Synopsis/Solicitation – F1SRQR9311A002 The purpose of Amendment 1 of this Combined Synopsis/Solicitation is to remove the stated specifications to clarify requirements below: This is a combin...
Combined Synopsis/Solicitation – F1SRQR9311A002 The purpose of Amendment 1 of this Combined Synopsis/Solicitation is to remove the stated specifications to clarify requirements below: This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This solicitation also uses the simplified acquisition procedures in FAR Part 13. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2020-03, AFAC 2019-1001 and DFARs Change Notice (DPN) 20190531. NAICS is 541715 and size standard 1,000 employees. This is a commercial acquisition, with Small Business Set-Aside. The Air Force Research Lab (AFRL) Rocket Propulsion Division at Edwards AFB is soliciting for a Kolsky Bar System, also known as a Split-Hopkinson Bar, to be installed in Area 1-21, Building 8582 with the following specifications: Performance Requirements: The Contractor shall provide the following capabilities and features: a) Strain rates - although the strain rate depends on the specimen geometry, with typical geometries, the attainable strain rates for the strain rate plateau region should be variable from about 100 to about 1000 1/s. This is for both tension mode and compression mode. b) Multi-mode capability - the system should be able to load specimens in either compression or tension, and should have all fixtures and adapters necessary for either mode of loading. c) Soft material accommodation - the system should be able to successfully transmit and receive useful strain gauge signal data from testing (in both tension and compression) when using soft materials, especially thermoplastics and solid rocket propellants. For reference, the stiffness of a solid rocket propellant at room temperature and a slow strain rate (0.01 1/s) is about 1000 psi. d) Space limitations - the room this item will be in is about 24 feet long, so the system must operate in an envelope that is less than or equal to 24 feet. e) Data file requirements - the system must be capable of interpreting strain gauge readings as strain values, and storing strain vs. time data for the duration of a typical test in an easily readable format (CSV, TXT, etc.). f) Interface requirements - the system must provide either a USB or a DVD-RW drive interface for downloading the data files to either a portable hard drive or a DVD-RW disc. g) Power requirements - the system should only require electricity in 120 or 220 VAC with a reasonable amperage requirement (less than 20 A, perhaps). Compressed air or water lines should not be needed to operate the system. h) Temperature/relative humidity operating range: The system should work well in an air conditioned room with a temperature of 50-75 F and a relative humidity of 10-40%. The contractor shall keep detailed records of all service work and/or repairs performed on the equipment. These records shall identify each item by model number and serial number. Upon request by the Government, a copy of these records shall be provided. Place of performance and acceptance shall be at Edwards Air Force Base, CA 93524. Expected delivery should not exceed 120 days after receipt of award. Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •i. Price •ii. Technical capability of the offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. Offers are due no later than January 16, 2020 at 4:00 pm PST. All offers are to be sent via email to: megan.meno@us.af.mil. Phone: 661-277-5686. The applicable provisions and clauses can be found in Attachment 1.