NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

VACUUM SPIRAL ORBIT TRIBOMETER


Synopsis - Mar 24, 2006
Modification 01 - Posted on Apr 13, 2006

General Information
Solicitation Number: NNG06147977L
Posted Date: Mar 24, 2006
FedBizOpps Posted Date: Mar 24, 2006
Original Response Date: Apr 07, 2006
Current Response Date: Apr 18, 2006
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing

Contracting Office Address
 
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771

Description
 
NASA/GSFC is hereby soliciting information about potential sources for one (1) Vacuum Spiral Orbit Tribometer (SOT) for accelerated testing of lubricants. Specifications are listed below.

SOT-US Package or equivalent with the following salient features:

- A Vacuum Spiral Orbit Tribometer for accelerated testing of lubricants in a vacuum or controlled atmosphere environment. The Tribometer must measure the friction coefficient in rolling contact, relative degradation rates of liquid lubricants, wear rates of solid lubricants, and cross bearing electrical resistance. The tribometer must measure the friction coefficient to 3 significant figures or better, must measure wear rates, and must measure cross bearing electrical resistance to 10 ohms or better. The Tribometer must use a single ball, driven in an opening spiral orbit, and flat plates to mimic rolling and pivoting motions seen in an actual angular contact bearing. The Tribometer must be able to perform tests according to the ASTM specification entitled “Standard Test Method for the Tribological Behavior and the Relative Lifetime of a Fluid Lubricant”. The test specimens must be reusable after repolishing. The Tribometer must operate at loads from 10 to 225 N, must have ball orbit speeds between 0 and 100 PRM, must operate at ambient temperature, must provide vacuum levels down to 10-9 torr or choice of cover gas up to 1 atmosphere. The Tribometer must work with ball sizes from 3.175 to 19 mm. The Tribometer must be a stand-alone system including the vacuum pumping system that operates on 115VAC. The Tribometer must provide data acquisition through a USB interface.

- The package must include a 15” hi-resolution widescreen laptop computer running Windows XP Pro with 1GB of RAM, 80 GB HD and complete software package for controlling the Tribometer and data acquisition from the Tribometer. The software must automatically start, stop and control tests for unattended operation, must post test reports, must generate a log file of test runs, must include a user updatable material properties database, must monitor load, speed, temperature, friction, contact resistance and up to 2 additional user defined inputs.

- The package must include a tool kit with all necessary Allen wrenches, box wrenches, open end wrench for sample mounting, forceps, magnetic ball mover, weighing cup, tool box, ball storage tray, Petri dish and micro-syringe for sample preparation.

- The package must provide a hardened SS 440C sample set which includes two 440C plates and 440C guide plates, and a ball lubricator.

- The package must include a 1-year warranty on parts and labor, a 1-year software upgrade agreement, a user manual, onsite installation and 1 day of training.

This is a Request For Information (RFI) only. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references.

Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

This procurement will be processed using Simplified Acquisition Procedures as set forth in FAR Part 13.5.

This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.

Technical questions must be submitted in writing via email or fax by April 2, 2006

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.

Interested organizations may submit their capabilities and qualifications to perform the effort in writing via email, fax, or mail to NASA/Goddard Space Flight Center, ATTN: Talaya Brooks, Code 210.M, Bldg. 11, Rm. S222, Greenbelt, MD 20732, no later than 4:30p.m., Eastern Standard Time on April 7, 2006. Please reference NNG06147977L in any response. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government.

Any referenced notes may be viewed at the following URLs linked below.

Oral communications are NOT acceptable in response to this notice.

An Ombudsman has been appointed. See NASA Specific Note "B".


Point of Contact
Name:Talaya A Brooks
Title:Contract Specialist, Simplified Acquisitions
Phone:301-286-6937
Fax:301-286-9159
Email:Talaya.A.BarnettBrooks@nasa.gov

Name:Cynthia L. White
Title:Contracting Officer
Phone:301-286-8772
Fax:301-286-0530
Email: Cynthia.L.White@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: