Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2003 FBO #0736
SOLICITATION NOTICE

66 -- Amplifer that includes digital power, air cooled, high efficency w/shaker field supply, and remote control panel. On site start up and training.

Notice Date
12/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0108
 
Response Due
12/8/2003
 
Archive Date
2/6/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.fletcher@sbccom.apgea.army.mil)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-04-T-0108. The contractor shall provide quantity of one of the following: Amplifier to drive an existing government owned shaker Model T4000. A DC field supply shall also be required.The amplifier shall be one component of a dynamic shaker test system consisting of the amp, control system, and an electro-dynamic shaker. The amplifier shall be designed to work in conjunction with existing equipm ent by providing all the power necessary to drive the existing T4000 shaker, located approximately 500 feet from the amplifier, to its full capabilities using existing control equipment. The Amplifier shall be capable of driving the T4000 shaker to its ful l potential as detailed in 2.4 The Amplifier shall be capable of driving the existing shaker to 150 percent of the specified maximum velocity during shock testing. This shall be demonstrated in the high field mode. The Amplifier shall be able to make the t ransition between sine, random and shock testing, each at their highest level, without the need for amplifier modification or the need to manually change taps on a transformer. 2.4 Potenial are: Effective frequency range 5 Hz to 2000 Hz, Rated force, sine 40,000 lbs pk, Rated force, random 40,000 lbs rms, Rated velocity 80 in/s, Rated displacement P-P 2 in, Rated displacement shock 2 in, Maximum acceleration 100 g. Random rating s are wideband 20 - 2000 Hz, 3 sigma acceleration peaks, uniform spectral density, with loads of 1000 lbs or greater. The amplifier shall be a solid state digital switching amplifier utilizing the superior efficiency of IBGT output devices. Amplifier sha ll consist of easily removable power modules, each with a minimum power output of 30 KVA. The amplifier shall be capable of operating at reduced power levels with one or more power modules removed. The output of the amplifier shall no be less than 300 KVA . Power amplifier shall be housed in a totally EMI shielded console. All joints are to be sealed with EMI gaskets joining plated or copper clad surfaces. Three phase power line filters to prevent conductive emissions must be included, where the 3 phase power enters the amplifier. The frequency response shall be flat +/- 1 dB from 10 to 2000 Hz. The amplifier shall be capable of driving the existing shaker across its full effective frequency range 5 to 2000 Hz. At full rated output, the acceleration ha rmonic distortion at the shaker shall be less than 15 per cent from 5 Hz to 2000 Hz except for 2 peaks greater than 25 per cent. The noise level of the amplifier shall be at least 60 dB below the full output level. All indicators, adjustments and switche s necessary to monitor and control the amplifier shall be provided at the local operator control panel. This shall include, buttons for startup, sequencing, amplifier gain adjustment, meters for output voltage and current, switching for sine/random mode selection and indicators of amplifier status. This shall also include the ability to bring up and monitor the shaker field current. The amplifier shall be designed to operate from a remote control panel located in and integrated with the existing Unholtz- Dickie VWIN Controller. The amplifier shall be configured to allow computer control from a remote location. The computer shall display the complete power amplifier control panel including all status lights, current/voltage meters, startup and operating s witches and gain control. All switches and controls shall be mouse activated to startup/shutdown and control the amplifier. A power-save mode shall be available to allow the power amplifier to be powered off once the vibration test has finished. The computer shall also allow the operator to select output voltage and output current limits for each test. The computer shall monitor the actual current and voltage and terminate the test if either limit is exceeded. The amplifier shall con tain the necessary hardware to implement a safety interlock system fully integrated with the shaker and slip table. Interlocks shall be provided to shut the system down if any of the following conditions are present: Shaker stroke limit exceeded, Shaker m aximum operating temperature exceeded, Slip table oil pressure failure, Shaker temperature limit exceeded, Cooling system limits exceeded, Shaker field supply failure, Amplifier current limit exceeded ,user selectable at any level at or below the rated a mplifier current, Amplifier voltage limit exceeded user selectable at any level at or below the rated amplifier voltage, Amplifier maximum operating temperature. The input level require to drive the amplifier to full output shall not exceed ten volts peak . Amplifier shall be totally air cooled and include all air handling hardware necessary to allow operating at rated force with ambient air temperatures of eighty degrees F. The amplifier shall operate on the existing utilities listed 480 V +/- 10 percent , 3 phase, 60 Hz 120 V +/- 10 percent, single phase, 60 Hz. Existing shaker cables will be used. Vendor shall provide connectors in the power amplifier console to mate with the existing cables. Physical dimensions of the power amplifier shall not exceed 112 inch long by 35inch deep by 90 inch high. Power amplifier shall be direct coupled to the shaker. Power Amplifier Detail Specifications shall, Continuous output current to provide 40,000 lb force sine peak Voltage output sine to drive T4000 to rated v elocity of 80 in/sec on high field connection, Random voltage output to drive T4000 to 40, 000 lb force rms with 1000 lb load and flat spectrum 20 - 2000 Hz, with measurable 3 sigma peaks, Peak current for shock pulses shall generate 80,000 lb force peak 4 ms half-sine pulses, Peak voltage for 4 ms shock pulses shall generate 120 in/sec velocity, Frequency range min 3 Hz to 2000 Hz, Overall efficiency greater than 90 percent as measured by ration of KVA out/KVA in times 100 at 100 Hz. The Operator Interfac e shall True rms readout of both output voltage and current at both the local panel and the remote panel, Operator selectable limits on both voltage and current output to protect test items, LED bar graph display of output voltage and current as a percenta ge of max. A new field supply for the T4000 shall be supplied. Two field levels shall be switch selectable at the field console and at the remote panel. Full level shall provide max force output. Energy save level shall provide 80 percent force output a nd shall reduce field power consumption to less than 40 percent of full field. A complete set of instruction manuals shall be provided with the amplifier and shall include all information necessary to properly operate and maintain the amplifier. This s hall include: Theory of operation, Operation instructions, Maintenance instructions including a preventive maintenance schedule, Comprehensive troubleshooting procedures, Recommended spare parts list, Complete electrical schematics. The vendor shall provi de within fourteen days notification, a factory engineer to inspect the system installation, provide system checkout and provide an on-site system orientation for operation and maintenance personnel. Detailed installation instructions shall be provided, in cluding any diagrams, schematics or drawings a minimum of ninety days before delivery of the amplifier. This shall include a description of all utility and air conditioning requirements. Acceptance shall be at Destination. Shipping shall be FOB Destin ation. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph a of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive materials such as cuts, illustrations, drawings or other information necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendo r proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, training, an d support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be mo st advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications --Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternat e I 41 U.S.C. 253g and 10 U.S.C. 2402, FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns Jan 1999 if the offeror elects to waive the preference, it shall so indicate in its offer, FAR 52.219-8, Utilization of Small B usiness Concerns 15 U.S.C. 637 d 2 and 3; FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 38 U.S.C. 4212; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies E.O. 13126, FAR 52.232-33, Payment by Electronic Fu nds Transfer-Central Contractor Registration May 1999, DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full t ext of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 08 Decemb er 2003 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T Brenda Fletcher, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration database prior to awa rd will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solici tation contact Brenda Fletcher, Contract Specialist via fax 410-278-0900, or via email brenda.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00479120-W 20031203/031202075243 (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.