Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

66 -- SHAKER AND AMPLIFIER SYSTEM

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-03-R-MM02
 
Archive Date
2/14/2004
 
Point of Contact
Marita Thompson, Contract Specialist, Phone 202-767-0666, Fax 202-767-6197, - Carol Parnell, Contracting Officer, Phone 202-767-2372, Fax 202-767-6197,
 
E-Mail Address
thompson@contracts.nrl.navy.mil, parnell@contracts.nrl.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 solicitation, N00173-03-R-MM02, is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-11 and DFARS Change Notice 20021220. This RFP is being issued under 100% Small Business Set-Aside. The associated NAICS code 334519 with a small business size standard of 500. The Naval Research Laboratory (NRL) has a requirement for a New Shaker and Amplifier System to support the Payload Checkout Facility for its Space Science Division. The NRL's payload checkout facility's vibration lab is responsible for testing spacecraft structures and components. The Vibration Test System will be used to test large heavy objects, which together with fixturing, weighs as much as 4,000 pounds (1815 Kg). The vibration test profiles in MIL-STD-1540C for space vehicles, to include random, sine, sine burst, and shock, will be utilized. These specifications require up to 2 inch (51 mm) pk-pk displacement. Most of the energy occurs at low frequencies. The shaker system will be mounted on a 200 ton seismic mass. The vibration lab has four shakers, three amplifiers, three field supplies, and three cooling units, all of which can be interconnected through a switching unit to cross various components of the system. The final product is the ability to interconnect required amplifier, or field supply or cooling unit to selected shaker to minimize down time in the case of a component failure of the system. NRL has a requirement for Contract Line Item(s) CLINs as follows: CLIN 0001- The Contractor shall provide; quantity: one (1), unit: EA, Shaker in accordance with the following specification: The Shaker shall be bolted on a seismic mass located at NRLs test facility, which will be used as a reaction mass. The base shall have the ability to be isolated from the floor by automatically inflating air mounts. The Shaker armature shall be solid for durability when testing to high shock loads. The Shaker shall have a minimum Sine force rating of 50,0000 lbf pk. The Shaker shall have a minimum Random force of 50,000 lbf rms. The Shaker shall be able to drive a 1,600lb load with a 4ms 50g halfsine pulse, and 600lb load with a 4ms 100g halfsine pulse. The Shaker shall be able to drive a 2,000lb load with a 11ms 40g halfsine pulse, and 500lb load with a 11ms 80g halfsine pulse. The Shaker shall have a minimum Displacement: >2in pk-pk double amplitude. The Shaker shall have a minimum acceleration: Sine >133g, Random >120g. The Shaker shall have a minimum velocity: Sine >85in/sec, Random >125in/sec. The Shaker shall have a usable frequency range of 2-2000Hz, with an armature resonance >1850Hz. The Shaker stray gauss level shall be <20 gauss measured 6 inches above armature at normal operating temperature. The Shaker armature bolt pattern shall have 1 hole on center, 4 holes on 4in. dia., 8 holes on 8,12,16,20,24in. dia.'s X 45 deg equally spaced. The Shaker shall have an internal load support capable of supporting a minimum of >4000 lbs. Cross action motion in any direction shall not exceed 10% of the vertical motion. To change from vertical to horizontal operation, it shall only be necessary to attach the driver bar to the armature and rotate the shaker 90?. The driver bar shall automatically align with the slip plate. No further adjustments to the driver bar or additional rotations of the shaker shall be required. The Shaker DC Field supply sufficient to drive the 50,000 lbf shaker to full force rating (Sine, random, and Shock, as described previously). The Shaker cooling unit (water, and or air) shall be co-located with amplifier approximately 30feet(estimated) from shaker. The Shaker armature, field, and interlock cables shall be a minimum 30feet(estimated) in length. CLIN 0002- The Contractor shall provide; quantity: one (1), unit: EA, Amplifier in accordance with the following specification: The Amplifier shall be of sufficient power to drive (direct coupled) the 50,000 lbf shaker to full force rating (Sine, random, and Shock, as described previously) across a usable frequency range from 2-2000Hz. The Amplifier shall be air cooled, modular in design, and minimum 90% efficient. The Amplifier shall have fast acting shutdown circuitry. The Amplifier shall have adjustable soft-shutdown limits. The Amplifier shall have a startup, status, and diagnostic panel including: 1) Amplifier and shaker safety interlock display 2) Amplifier gain control 3) Automatic input signal detection circuitry for establishing voltage and current limits 4) Sequence/status pushbuttons for system startup, local and remote operation. The Amplifier shall be able to be started from a remote location. The Amplifier shall have local and remote armature voltage & current meters, and field voltage & current meters. The Amplifier shall be able to drive existing 1)Ling 4022 2)Ling 335 3) Ling 2022 shakers through an existing switching amplifier at NRLs facility, utilizing existing field supplies. The Amplifier remote interface cables shall be minimum 150feet(estimated) in length. The Government will conduct a site visit on Wednesday, February 26, 2003, EST at the Naval Research Laboratory, 4555 Overlook Ave., S.W., Washington, DC 20375. Contractors shall contact the contract specialist point of contact listed below if they desire to attend the site visit and provide the names for each representative 48 hours prior to site visit date. Access to the site will be denied without prior approval and notification to the contract specialist. The contractor shall provide five (5) copies of the following: installation drawings of shaker and amplifier service requirements including electrical power, water, and heat dissipation systems prior to shipment of amplifier and shaker. Floor layout and utility shall also be included. The contractor shall provide five (5) copies of the following: operation and maintenance procedures, schematics, and assembly and installation drawings of shaker and amplifier, at time of commissioning. The contractor shall provide a minimum of three (3) days training on operation of system, and field troubleshooting, and diagnosis of failure modes of system. The contractor shall install & commission system described to include alignment, securing, all service connections (excluding main power service), and operational test. The minimum warranty shall be for a period of one (1) year after date of delivery to be free from manufacturing defects in material or workmanship. Alternate proposals will be considered for the requirement of interconnecting through our existing switching unit to connect to our existing shakers. The Contracting Officer's Representative (COR) shall be informed of all Acceptance Test Program (ATP) testing on major hardware items, and shall be able to witness ATP testing on all major hardware. Optional proposals will be considered for warranty, service agreements, that extend beyond the manufacturer one-year warranty. Delivery and acceptance is at NRL, 4555 Overlook Ave., SW, Washington, DC 20375, FOB Destination. Delivery shall be no later than 30 days from date of contract award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The provision at FAR 52.212-2, Evaluation -Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) technical capability of the item offered to meet NRL's need (2) price and (3) past performance. Technical and past performances, when combined, are of equal importance compared to price. Offeror must complete and submit with its proposal, FAR 52.212-3, Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition, (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999), (3) 52.219-8, Utilization of Small Business Concerns, (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26, Equal Opportunity, (6) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (7) 52.222-36, Affirmative Action for Workers with Disabilities, (8) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (9) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: (1) 252.225-7012, (2) 252.227-7015, (3) 252.243-7002, (4) 252.247-7023. The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and two (2) copies of the offeror's proposal shall be received on or before 4:00 P.M. local time, 19 March 2003 at the Naval Research Laboratory-SSC, Attn: Contracting Officer, Code 3230.MM, Bldg 222, Rm 115A, Naval Research Laboratory, 4555 Overlook Avenue, S.W., Washington, DC 20375-5326. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact listed below. SEE NOTE #1.
 
Place of Performance
Address: NAVAL RESEARCH LABORATORY, WASHINGTON D.C.
 
Record
SN00259997-W 20030216/030214213714 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.