Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SPECIAL NOTICE

66 -- SILENT FLO HYDRAULIC POWER SUPPLY

Notice Date
3/10/2004
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Archive Date
3/30/2004
 
Point of Contact
Kelly Rima, Purchasing Agent, Phone 303-497-3779, Fax 303-497-3163, - David Groton, Supervisory Purchasing Agent, Phone (303) 497-3107, Fax (303) 497-3163,
 
E-Mail Address
Kelly.Rima@noaa.gov, David.S.Groton@noaa.gov
 
Description
The U. S. Department of Commerce, National Institute of Standards and Technology (NIST) proposes to negotiate on a sole source basis, under the authority of 41 U.S.C. 253(c)(1), with MTS Systems Corporation to purchase a silent flo hydraulic power supply (HPS). The HPS is to replace three existing outdated HPS systems. The new HPS will be connected to three MTS servo hydraulic fatigue machines that run on the 24V and 115V power control system designed by MTS. The HPS must meet the following specifications: 1) The hydraulic power unit will deliver 30GPM or greater flow at 3000 psi supply pressure. 2) Three micron filtration on the return line to protect the hydraulic power unit from contaminants. 3) Three micron filtration on the high-pressure outlet to protect the servo hydraulic lab equipment. 4) The filters will have indicator lights to indicate when they have reached the end of their life and need changing. 5) Low level and over temperature interlock switches that will shut down the unit when a preset limit is exceeded. 6) Oil to water heat exchanger for cooling the unit. The heat exchanger shall be sized to remove the full flow heat load. 7) A water saver valve that will sense the oil temperature and only draw water as required by the heat load of the power unit. 8) Electronic water shut off valve. 9) Hydraulic connections will be provided to connect the power supply to the existing distribution system. 10) The power unit will include a fill of hydraulic fluid. 11) A 90 gallon reservoir or greater. 12) Emit 63 dBA or less noise when measured at a distance of 3 feet at its full flow rating. 13) Be fully integrated and compatible with the existing 24 VDC and 115 VAC MTS control systems. 14) Shall have both manual and electronic control of on, off, low and high-pressure modes. 15) Manual control mode of the unit shall be at the unit control box. 16) Electronic control mode of the unit is from any of the servo hydraulic controllers in the lab up to 100' away from the unit itself. 17) The vendor shall supply all necessary cabling and interface hardware to provide first-on last-off capability from the existing control systems in the laboratory. 18) The power unit shall have an integral fused electrical disconnect to simplify installation in the existing facility. 19) The pump motor shall be a 460 VAC 3 PH motor. 20) Manual control of the output pressure shall be available from 0 to 3000 psi. 21) A ½ gallon accumulator shall be provided at the pump outlet. 22) The power unit will utilize a variable displacement pump to maximize efficiency. 23) Distribution hydraulic manifold shall be provided for individual machines. 24) This installation will also include on-site training on the use and operation of the system. 25) A complete set of operation and maintenance manuals shall be provided with the system. 26) A minimum one-year warranty shall be provided. This procurement is being conducted per FAR Part 13, Simplified Acquisition Procedures (NTE $100K). FAR Clauses in full text are available at http://www.ARNET.gov/far/. Based on the market research conducted, MTS Systems Corporation is the only vendor who can meet these requirements. This synopsis is issued for information only. No competitive solicitation is planned. Information submitted in response to this notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Government's best interest and must address qualifications pertinent to this requirement. Any contractors doing business with the Government must now be registered with the Central Contractor Registry. The web site is http://www.ccr.gov/. Agency level protest procedures can be found on web site http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm. Hard copy in full text available from office address and phone number listed in notice. Any questions regarding this notice must be submitted in writing to the attention of Ms. Rima (e-mail preferred). Anticipated award date is March 29, 2004.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/MASC/NB853000405414KAR/listing.html)
 
Record
SN00542171-F 20040312/040310233300 (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.