Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2003 FBO #0547
SOLICITATION NOTICE

K -- Upgrade LTS101-750B-2 and LTS101-850B-2 engine test cell

Notice Date
5/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-Q-500001
 
Response Due
6/13/2003
 
Archive Date
6/28/2003
 
Point of Contact
Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849,
 
E-Mail Address
CCox@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-13. The Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to conduct sole source negotiations with Honeywell International, Phoenix, AZ leading to award of a firm fixed price contract using Simplified Acquisition Procedures (SAP). Applicable NAICS number is 334513. Solicitation number DTCG38-03-Q-500001 is issued as a Request for Quotation (RFQ). The US Coast Guard does not own and cannot obtain rights to Honeywell International proprietary Test Instructions required for engine performance data collection and verification for LTS101-750B-2 and LTS101-850B-2 engines, flight critical items. This is an unrestricted procurement. Item 1: Labor, materials, software, hardware, engineering & design configurations, modifications, documentation, operating manuals, training & system testing to upgrade the Automatic Data Acquisition System (ADAS) in the existing LTS101-750B-2 Engine Test Cell. All items shall be delivered to, training, installation and testing shall be performed at the U.S. Coast Guard Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001. ADAS shall be capable of collecting engine test cell data for the LTS101-750B-2 and LTS101-850B-2 gas turbine engines. The ADAS will perform all required data acquisition and performance calculations defined in the LTS101-750B-2 Original Engineering Manufacture Testing Instruction (OEM-TI) 8124 revision C and LTS101-850B-2 OEM-TI 8360 (original document). The basic system will consist of necessary hardware and software to acquire raw analog engine data, perform signal conditioning and time averaging, perform specific engine performance calculations, and output the data results to a video display, printer, and magnetic media. It shall also have capability to perform diagnostics/troubleshooting on the engine under test and determine engine stability to enable the system to automatically record data at engine stabilization. The ADAS will display all pertinent parameters for the engine under test, their target values, and operator instructions in accordance with the OEM-TIs 8124 and 8360. This system shall be self-calibrating. A total of one (1) complete ADAS unit is required. The unit is to be delivered 90 days after contract award, and installed immediately thereafter. ADAS system shall implement open system architecture in both hardware and software to the greatest extent possible in order to improve the life-cycle supportability of the system. This system shall be supportable for at least 15 years. Contractor shall furnish a recommended spare parts list (Provisioning Parts List) for the ADAS with the appropriate replaceable assemblies and components, and for maintenance shall identify significant consumables. The contractor shall ensure that spare/repair parts to support the ADAS and any Support Equipment are identified and selected. Spare/repair parts shall be identified as consumable or repairable in the Government approved Provisioning Parts List. Packaging of items shall be in accordance with best commercial practices. The contractor shall provide Provisioning Technical Documentation (PTD) to support supply efforts. It shall include but is not limited to Long Lead Items List; Provisioning Parts List Index; Provisioning Parts List; Warranty Provisions; and Spares Acquisition. ADAS shall be supplied with a commercial field level operation and intermediate maintenance manual including; Theory of Operation, Preventative and Corrective Maintenance Procedures, Troubleshooting Procedures, and an Illustrated Parts Breakdown. The ADAS product name, model number, serial number, and nomenclature shall be permanently affixed onto each major component. A field change plate and a configuration plate shall also be affixed onto each major subassembly of the ADAS. All electrical cables shall be clearly marked to identify their function. All electrical connectors shall be clearly marked and tagged to prevent the attachment of a cable to an incorrect component. ADAS shall be designed, fabricated and installed in accordance with best commercial practices. Notwithstanding, the ADAS shall be designed, fabricated and installed to function in the control room/control cab environment of the current LTS101-750B-2 Cell as described in the statement of salient characteristics. The ADAS shall have an expected service life of not less than 15 years. All applicable commercial warranty information, related to the ADAS, shall be addressed in the contractor?s proposal. A quote for extended service contracts shall be included with the proposal. Contractor shall describe in proposal package program of services provided for their customers. Note that the contractor should only describe those services that will be provided at no additional cost to the customer (government). Examples of such services may include 24-hour technical support by phone, overnight parts shipment worldwide, onsite technical support at ARSC, etc. Contractor shall submit a separate quote including hourly rates, travel, etc. for five-year maintenance support for the ADAS System. USCG will review and a maintenance contract may be awarded at a later date. Contractor shall provide initial training to a selected cadre of two (2) Government/USCG personnel and one government contractor employee. These personnel shall, upon completion of this training, be fully capable to independently operate and maintain the ADAS. The ADAS shall not increase the overall number of maintenance and operator personnel required to support the test cell. This training will be held at the government facility in Elizabeth City, NC. This training is to be held concurrent with ADAS installations. This training will be primarily ?hands-on?, and maintenance training for ADAS shall be addressed in the respondents? proposal. Training documentation shall be provided with calibration, operation and maintenance training. Contractor shall provide a turnkey installation for the ADAS in the current LTS101-750B-2 test cell at USCG, ARSC, Elizabeth City, NC. Installation of the ADAS should take no longer than 10 days in order to minimize impact on engine production. Contractor shall provide evidence with their proposal to the government that their ADAS meets all the performance requirements detailed in the Statement of Salient Characteristics. This evidence shall include all of the following as needed to provide verification that the system operates in accordance with the salient characteristics: Submission of Certifications, Narrative Description of Historical Usage in the Field and Submission of Other Documentation (Including References). Contractor is required to submit certifications verifying that their ADAS has undergone a testing and / or verification procedure that assures that their system will meet the performance requirements outlined in the Statement of Work. Contractor is required to submit information in narrative form regarding the field use history of their proposed ADAS. The contractor may state inferences, based on this field usage information, regarding the ability of their system to meet the performance, maintenance and reliability requirements outlined in the Statement of Work. Contractor shall submit other documentation to verify / validate the performance of their recommended ADAS. This may include (but is not limited to) test reports, videos, computer simulation results, other documents, etc. The contractor shall also submit the contract number, names, titles, addresses, and phone numbers of individuals who have used their proposed ADAS in the file, and who are knowledgeable to discuss the proposed ADAS performance, preferably one government and one commercial reference. Contractor shall perform an Acceptance Inspection and Test on the ADAS installed under this procurement. The purpose of the Acceptance Inspection and Test is to verify that; 1) the ADAS produced physically includes all the components and functionality required, 2) the workmanship and craftsmanship utilized to manufacture the particular ADAS is acceptable to the government, and 3) that the particular ADAS is able to achieve the performance levels required by the Statement of Work. The Acceptance Inspection and Test performed on all ADAS shall be performed during on-site installation in the presence of the government. Contractor shall develop and submit for approval with their proposal an Acceptance Inspection and Test Plan (AITP). The AITP shall include a Checklist Validation Sheet to be completed as each step in the AITP is successfully performed. The Checklist Validation Sheet shall serve as the Acceptance Inspection and Test. The AITP Checklist shall include space to document rework, adjustment, etc., performed to get the ADAS to successfully pass all of the tests on the Checklist Validation Sheet. The government team leader and the contractor's project leader shall approve the AITP. The Test Program Software (TPS) as required in the Salient Characteristics, and upon successful completion of Acceptance Inspection and Test, shall be provided to the government as a deliverable. The TPS shall be such that future changes to the LTS101-750B-2 and LTS101-850B-2 engine performance requirements can, at the government's option, be organically supported. The TPS delivered to the government will consist of both run time code and the associated source code and commands necessary to reconstruct or rebuild the run time TPS. Delivery schedule and operating characteristics of the TPS shall be addressed in the contractor's proposal. ADAS system and all related upgrades must be compatible with the currently installed T700 Engine Test Cell and also adaptable to all future upgrades including future LTS-101 engine variants. The requirement for interchangeability of spare parts for both test cells is for cost reduction through reduced spare parts inventory. This would also keep both test cells operational and with no loss due to down time. The T700 Engine Test cell has a CMR-ADAS that is an operator prompted and controlled computer based data acquisition system that monitors, conditions, processes, calculates, records and displays in graphic/animated formats various channels of engine/dynamometer generated electrical signals that represent specific engine/dynamometer operating parameters. The CMR-ADAS performs the same functions on electrical signals generated by thermocouples and a barometric pressure transducer that when processed by the CMR-ADAS, equate to the ambient conditions (temperature and barometric pressure) in the engine run room. The resulting ambient condition values are also used by the CMR-ADAS to calculate certain engine performance factors such as the Shaft Horse Power output of the engine under test. Major components of the T700 Engine Test Cell are a CMR modified Dell Model XPS T800RMHZ computer, 104 + Keyboard, two View Sonic GS773 17? monitors, shelf mounted printer, power supply, Brick Modules (001, 002, & 003), thermocouples, signal conditioners, pressure transducer, accelerometer vibration transmitter, mechanical vibration transmitter, system software packages. The CMR-ADAS SYSTEM is custom designed to monitor, record, and display all engine and load parameters, warn the operator of impending out-of-tolerance conditions and prompt the operator through all test procedures. The system performs all engine calculations, relative to standard day conditions, in real time and presents engine pass/fail evaluations to the operator, with printer support for automatic data logging and record keeping. All major components of the ADAS must comply with Section 508 of the Federal Acquisition Regulations and are required to be installed in the available empty spaces of the existing LTS101-750B-2 Test Systems without affecting functionality and without significantly affecting placement of current instrumentation and hardware. All ADAS components shall be placed in standard 19? NEMA racks where possible. The signal conditioning unit must be able to meet or exceed all the required input parameters and corresponding accuracy requirements described in LTS101-750B-2 and LTS101-850B-2 Engine Test Requirements. This includes any future growth requirements listed in the attachment. The unit must have front panel access to all circuit cards for ease of maintenance. ADAS processor unit shall contain standard industrial Pentium class CPU or equivalent and memory modules. The system processor shall digitally record all data required by the engine LTS101-750B-2 Original Engineering Manufacture Testing Instruction (OEM-TI) 8124 and LTS101-850B-2 OEM-TI 8360. The system processor shall provide sufficient internal data storage and memory capability for each engine test run. A method to download data to a personal computer and through a modem shall be provided. The system shall have the ability to upload and download files such as the test program software and other program and data files. The system shall have IEEE-488 and EIA RS-232C bus interfaces. The ADAS shall have (at a minimum) a hard disk capacity of 10 gigabytes (in excess of that capacity required for ADAS primary functions), a 1.44 megabyte floppy drive, a CDRW unit, two serial ports, two USB ports, two PCMCIA slots, and two PCI slots. Provide two (2) 17? or larger flat screen monitor with a minimum resolution of 1024 x 1280 pixels for high quality color graphics. These monitors shall enable the operator to view two different data pages at the same time. A software controlled touch screen display is required to provide processor and function control. Provide an IBM compatible PC serial mouse and protected keyboard for processor and function control. They keyboard will allow entry of engine test data, operation commands throughout the engine run, and system calibration commands. Provide an HP LaserJet or equivalent printer capable of letter and legal size sheet printing of fonts as small as 4 pt. The printer will be capable of printing at least 4 pages per minute using single sheet paper. Resolution should be a minimum of 600 dots per inch. It should provide instantaneous printouts of parameter values and hard copy final reports of the engine tested. The final report should include information pertaining to the success or failure of a particular test; raw, corrected, and performance calculations; and test documentation data. ADAS shall include installation kits to interface with the LTS101-750B-2 and LTS101-850B-2 engines and existing Engine Adapter Assembly (EAA) equipment signals. ADAS shall be expandable to enable testing of future variants of the LTS-101. It shall also be capable of reading three (3) additional independent vibration transducer outputs to determine maximum vibration levels. Provision shall be made for future incorporation of stand-alone vibration analysis algorithms. The ADAS will also have the ability to receive software upgrades via a modem. ADAS shall have the ability to execute PC based software applications independent of and concurrent with ADAS primary functions. The ADAS is not required to utilize a PC based operating system, but shall have the capability of running all applications designed for use under a Windows NT environment. A generic all-encompassing test program software shall provide the necessary interface requirements to allow operator troubleshooting and calibration of the entire I/O system by means of: 1) independently exercising all output functions for external measurement of signals; and 2) displaying all available input channels and parameters for verification of data from the external stimulation of sensors and other devices. ADAS shall be programmable to accommodate LTS101-750B-2 and LTS101-850B-2 engine testing requirements, specifications, and procedures in accordance with OEM TIs 8124 and 8360. Signal sampling rates, data transfer rates, parameter averaging, and display update rates shall each be controlled by the software such that a programmer has the ability to assign a value and limits for specific parameters. The ADAS shall have a means of alerting/warning the operator when these parameters have approached/reached, and have exceeded the preset limits. ADAS shall incorporate a BIT&HM system that will allow the operators to perform pre-operational system checks and to perform fault isolation to the major component / electronic board level. ADAS shall be designed to operate in an ambient temperature environment of 0?C to 40?C. ADAS shall be designed to meet the non-operating thermal requirement of ambient to 71C and ambient to ?40C. This profile is equal to 72 hours at 71C and return to ambient; and, 72 hours at -40C and return to ambient. The ADAS must be able to operate when returned to ambient. ADAS shall be designed to meet the temperature requirements for a relative humidity range of 0 - 95%. ADAS shall be designed to withstand a transportation handling and movement shock protection of 5G. ADAS shall be designed to remain operational during the shock input and after the episode has ceased. ADAS shall be designed to function in an operating environment of sinusoidal vibration of 5 mils double amplitude over a frequency range of 80 thru 300 Hz. The ADAS shall have a minimum predicted or demonstrated mean-time-between failure (MTBF) of 2000 hours. Maintainability of the ADAS shall be met through basic engineering considerations and maintainability techniques. The ADAS will be maintained in the control room for the current LTS101-750B-2 test cell. The ADAS shall have a Mean Time To Repair (MTTR) at the intermediate maintenance level of 2 hours and a Maximum Time To Repair (Mmax) at the 95th percentile of 4 hours. Delivery of all material shall be Fob Destination only. Items are to be delivered to U.S. Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909-5001. Closing date for receipt of proposals is 13 June 2003 4PM ESDT. For information regarding this solicitation, contact C. W. Cox, (252) 335-6011 or e-mail ccox@arsc.uscg.mil, mail address C. W. Cox, Contracting Officer, U.S. Coast Guard, ARSC, EISD, Elizabeth City, NC 27909-5001. All responsible sources may submit an offer, which may be considered. Contract award will be made to the offeror who is determined to provide the best value to the Government, provided that offeror is considered responsible and meets the required technical specifications, past performance and offered price is determined to be fair and reasonable. The following FAR Subpart 12 provisions are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (Oct 2000) with the following included by addendum: 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO rated; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2002); Offeror shall include a completed copy of this provision with offer. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002) with the following addenda: 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO-A1, 52.211-17 Delivery of Excess Quantities (Sep 1989), 52.247-34 F.O.B. Destination ((Nov 1991), 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2003) (b) (1/Alt 1), (8/Alt 1), (11)-(18), and (24). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), also the full text of a clause may be accessed electronically at this Internet address: www.deskbook.osd.mil. FAR 52.212-2(a) & (c) Evaluation Commercial Items (Jan 1999) (fill-ins)"lst. Technical Capability of the item offered to meet the Government requirement, 2nd. Past Performance and 3rd Price and Delivery. Ranking shall be in the descending order of importance. Technical and past performance are listed in their respective order as previously stated. Contractors who are Debarred, Suspended, or Proposed for Debarments are excluded from receiving contracts. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT) offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000 from DOT's Short-Term Lending Program(STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169 Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: U.S. Coast Guard, Aircraft Repair & Supply Center, Elizabeth City, NC
Zip Code: 27909
Country: USA
 
Record
SN00333121-W 20030530/030528213032 (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  © 1994-2020, Loren Data Corp.