Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2004 FBO #0854
SOLICITATION NOTICE

66 -- Shock Tube

Notice Date
3/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-04-T-0029
 
Response Due
4/12/2004
 
Archive Date
6/11/2004
 
Point of Contact
Julie Silva, 928-328-6259
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(julie.silva@yuma.army.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 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 U.S. Army Yuma Proving Ground has a requirement for a Shock Tube System. The Request for Quotation (RFQ) number is W9124R-04-T-0029 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001- 20 and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 Edition, current to DCN 2004-0323. This acquisition is being solicited as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 33419 and the small business size standard is 500 employees. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offeror s shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following item: CLIN 0001-1 Each??????Shock Tube System that meet the following minimum specifications. A conceptual illustrat ion of the system is posted at the following web address http://www.yuma.army.mil/contracting. 1. Scope 1.1 Overall: Design, fabricate, assemble, and deliver a safe, compressed air driven, portable, shock tube system. Yuma Proving Ground (YPG) will us e this system to produce frequent, controlled, repeatable shock waves in air. YPG will use the shock impulses to test, check, and verify operation and dynamic characteristics of multiple high frequency pressure transducers such as piezoelectric and piezor esistive shock and blast gauges. YPG will install the gauges flush along the shock tubes inside wall or located within the shock tube through the front end of the driven section. The system shall be non-proprietary. Rights to use the entire system conce pt, design, and production shall be open and unrestricted for the Contractor, U.S. Government, and any other responsible third party. 1.2 Description: You shall build the system from commercially available products and components. The system shall cons ist of metallic piping and structural shapes, actuators, controls, and related electrical and mechanical accessories. The shock tube shall be based on two sections of pipe. A replaceable rupture diaphragm physically separates a compressed air (driver) se ction and a lower pressure (driven) section. See Appendix, Figure 1. for a conceptual illustration of a shock tube system. The diaphragm is selected to isolate the two pipe sections and withstand a given pressure difference between the sections. Further increase of the pressure difference or actuation of a rupture device in the driver section bursts the diaphragm. Rapid failure of the diaphragm and the resulting pressure change creates a compression shock wave that travels through the air in the driven section. The design shall include safety lockout features and shall enable a single technician to safely load, seal, charge, and fire the system repetitively with a sustained rapid (objective of 90 seconds) cycle time. Documentation shall include an oper ator's manual, wiring and fluid schematics, electrical and fluidic parts listings, and any OEM manuals and data sheets. 2. Requirements 2.1 Physical: 2.1.1 Dimensions. YPG will house the system in an enclosure of limited size and layout with a standard entry door and prepared through-wall discharge opening. System dimensional requirements shall be as follows: a.) Maximum allowable system length (unclamped and fully opened)??????310 inches; b.) Maximum allowable system width??????32 inches; c.) Maximum system height above floor??????72 inches; d.) Tube centerline above floor-36 ????0.5 inches; e.) Driver and driven sections inside diameters equal and-11.5 ???? 0.5 inches; f.) Driver section chamber length-60 ????0.5 inches; g.) Driven section chamber length-240 ????1.0 inches; h.) Muzzle overhang beyond carriage and accessories-18 ????1.0 inches; i.) Muzzle flanges maximum diameter-20 inches. 2.1.2 Weight. Typ ically one or a maximum of two technicians will be available to position the system for use. Although overall system strength and rigidity is a primary goal, maximum feasible use of Aluminum alloy is desired to reduce system weight and allow mobility. 2. 1.3 Shock Tube Interior. Production of repeatable shocks depends partly on the tube's interior that shall have the following characteristics: a.) Tube walls shall be straight with no noticeable dents, curvature, or waviness along the length of the tube; b .) Tube interior surface shall be uniform with no large gouges, ridges, or flaws. The surface roughness of a typical extruded tube, maximum 125 micro inches, shall be maintained throughout. Honing may be used if needed to remove excessive roughness or im perfections. 2.1.4 Shock Tube Flanges. Positive, reliable sealing and interior access for maintenance and placement of instrumentation require full diameter openings at the ends of the tube sections. All shock tube sections shall be terminated and seale d leak-free using circular flanges. a.) Driver section back end shall be closed with a bolted standard template blind flange; b.) Driver section front and driven section rear clamping ends shall 1) Mate and align precisely together. Alignment dowels or o ther effective means may be used if they do not interfere with the diaphragm material. 2) Secure the diaphragm in place and not cause its premature rupture. 3) Utilize a durable seal(s) that are reused and retained in position throughout repeated firing cy cles; c.) Driven section front end shall be flanged. The flange shall be drilled for a standard template flange. A duplicate drilled flange shall be installed six inches behind the front flange with front and duplicate flange bolt hole centerlines aligne d. YPG intends to use both flanges in mounting probe and instrumentation brackets. A blind flange shall be provided but not installed. This blind flange shall be interchangeable with the driver section blind flange. YPG will typically employ the system open to atmosphere for incident shocks, but may in the future require the blind flange for reflected shock measurements. Driven section front (muzzle) end flanges shall not exceed 20 inches in diameter. 2.1.5 Air Fittings. All compressed air inlets, ou tlets, and gage ports on the driver section shall be through substantial 3/4 inch National Pipe Thread weldolet-type fittings. 2.1.6 Carriage. A rigid, transportable carriage shall support the entire system. The carriage shall also provide the following : a.) A captured, low friction trolley or other means of axial-only motion to support the driver section when it is fully opened and closed against the driven section. The trolley shall support the driver at all movement locations, shall provide close ali gnment between the interface surfaces of the two tube sections, and shall not hinder precise alignment as clamping occurs; b.) Castor type wheels with brakes and/or locks to prevent inadvertent movement or recoil of the system when in use; c.) If necessary , a means to adjust or correct the alignment of both tube sections; d.) Clearance near the tube for easy access to operational and maintenance fittings such as transducer gage ports and connectors, blow-down valve(s) or piping, and adjustment fasteners. 2 .1.7 Guard. At setup for daily operations, YPG expects to position the system's muzzle about 18 inches through a wall opening. If the system moves off course, installed transducers or their connectors could hit a concrete edge of the wall opening. A tra nsducer guard/rail shall be attached alongside the tube at the muzzle end. The guard shall be designed to allow access to the transducers and prevent the tube from contacting any forward transducers or their connectors against the wall opening. 2.1.8 Tools. The system shall be fully usable and maintainable with standard commercial tools. 2.2 Functional: 2.2.1 Shock Generation Pressure. The system shall operate leak-free with compressed air over a working pressure range of 1 to 100 psig in the driver section. The driver section shall be designed with a safety factor appropriate for manned operation. The driver section shall be pressure tested and leak-free to at least 1.5 times the maximum allowable working pressure. 2.2.2 Clamping. The system shall employ a powered, positive clamping method to join the tube sections and diaphragm layer(s) with a constant, repeatable force. In addition, the clamping subsystem shall provide: a.) Precise alignment without causing prema ture or inconsistent rupture of the diaphragm; b.) Axial displacement of the driver to produce an access gap of not less than 5 inches across the clamping interface; c.) A means to adjust the applied clamping force; d.) A cycling (closed-opened-closed) ti me of not more than 4 seconds total repeated continuously over a tube firing cycle of once every 30 seconds. e.) All actuators, controls, wiring, piping, power unit, and other accessories to make the system fully functional. 2.2.3 Diaphragm Cutter. The system shall have a powered method of rupturing the diaphragm layer(s) over the system's operating pressure range. Diaphragm materials will include rolled Mylar, paper, cellulose acetate and cellophane film and sheeting. The rupturing subsystem shall cau se a very fast, wide-open tearing of the diaphragm to rapidly develop a compression shock front traveling along the driven tube. The rupturing device shall be designed and located to minimize disturbance of the shock front. In addition, the cutter shall automatically retract and remain so when it is deactivated. 2.2.4 Diaphragm Material Dispenser: The system shall have a diaphragm material dispenser mounted conveniently near the driver-driven interface of the driven section. The dispenser shall allow o ne technician to readily feed rolled diaphragm material to the interface and position it for clamping. The feed path shall be direct and as parallel and close to the driven interface surface and as practical. 2.2.5 Transducer Ports. For shock wave speed , pressure, and sonic speed measurements, 26 drilled and tapped gauge ports and 26 removable matching steel port inserts shall be installed in the tube near the muzzle end. Twenty four (24) additional inserts shall also be provided for spares. Port locat ions and details shall be as shown at the Appendix, Figure 2. Overall, eight velocity ports and two thermocouple ports shall be oriented along the tube axis and 16 pressure ports shall be oriented circumferentially around the tube. YPG will finish machin ing the port inserts to accommodate existing and future transducer bodies. 2.2.6 Controls. Clamping, driver charging, and rupture functions shall be monitored and controlled by a portable, remote operator's control unit (OCU). The operator's control uni t shall be connected to the system via a single umbilical control cable which is 10 to 12 feet long. Control signals shall be 12 VDC that are supplied by a system power converter. Additional control requirements follow: a.) Clamping subsystem lock-open a nd rupture device disable selector/switch on the system near the interface or other positive means for the technician to disable these features while working in the diaphragm clamping area; b.) Pressure indicator contact closure or separate pressure switch interlock to prevent unclamping if the driver pressure is more than one psig; c.) Rapid charging to near desired pressure via a high flow rate poppet-type solenoid valve; d.) Fine pressure adjustment via a 3-way solenoid pneumatic control valve that provi des a more gradual charge or discharge of compressed air; e.) OCU - Key switch disable for all fu nctions; f.) OCU-Digital clamping force or pressure indicator; g.) OCU-Clamp open/close switch with safety cover; h.) OCU-Digital driver pressure indicator. Range not to exceed 250 psig, uncertainty of ????0.2% full scale value or better; i.) OCU-Fast-fil l control switch with safety cover; j.) OCU-Pressure fine adjustment increase/decrease switch; k.) OCU-Fire switch with safety cover to actuate the diaphragm cutter. 2.2.7 Additional Safety Requirements. Typical industry and OSHA safety standards shall a pply. The driver section shall have a pressure gage and pressure relief valve. The relief valve shall release at least 80 CFM at 120 psig. A blow down valve shall discharge from the bottom of the tube. System design and equipment selections shall avoid sharp protrusions and edges, exposed hot or rotating parts, toxic or highly flammable substances. 2.2.8 Environmental. YPG plans to house and use the system in a shelter/building. The shock tube system shall function effectively under the following cond itions. a.) Primary power supply-120 VAC, 15 A, single phase; b.) Compressed air source-125 psig, 60 CFM; c.) Storage temperature-20????F to 140????F; d.) Operating temperature-50????F to 110????F; e.) Relative humidity (non-condensing)-5% to 95% RH. 2.3 . Documentation: You shall provide the following documentation. The documentation may be combined in a single manual. One hardcopy set and one CD-ROM set shall be provided. If electronic data from other sources such as components suppliers are unavaila ble, then only the hardcopy product information shall be required. 2.3.1 Operators Manual. This manual shall describe the system setup, usage, shutdown, and routine maintenance including safety cautions and warnings. 2.3.2 Service/Technical Manual. Thi s manual shall include the following: a.) Any system alignment methods and expected repair procedures including warnings; b.) System power and control schematics for all electrical and fluids; c.) Component data, any material safety data, and any other us er or technical information for system components or equipment; d.) Component parts list for all power, electrical and controls items. You shall include the item name, lead particulars, manufacturer, and model or part number. 3 SHIPPING - The contractor shall provide shipping for the entire system to U.S. Army Yuma Proving Ground, Arizona. Shipper check-in will be at the Transportation Warehouse. Terminal delivery will be at Kofa Firing Range, Building 3185, which is approximately 10 miles further North on Highway 95. 4. ACCEPTANCE - 4.1 Initial review: An initial review, inspection, and/or demonstration may be scheduled at the Contractor's plant prior to delivery. The objective of the review will be to confirm technical progress and/or demonstrate in itial system performance. If used, this inspection will be coordinated in advance between the Government and Contractor. 4.2 Final Acceptance: Final inspection and acceptance will be conducted at YPG not later than 30 calendar days from the date of delivery. As much as possible, deficiencies noted during acceptance testing shall be corrected on-site at YPG. The vendor sha ll provide shipping in case the unit must be returned to correct a deficiency. Final acceptance will be determined by: 4.2.1 Inspection. The system shall be complete without significant shipping damage and shall meet physical, safety, and functional requirements. System operability and safety will be checked as far as practical before charging with compressed air. 4.2.2 Demonstration. The system will be charged and test fired with compressed air at minimal pressure. Leakage of air or other fluids will be checked. Functional and safety requirements will be checked to determine if they are met or not met. Pressures wil l be progressively increased to a maximum of 100 psig. YPG will perform typical shock wave measurements to verify consistent impulse rise and shock generation. 5. SCHE DULE - 5.1 System Delivery: YPG proposes delivery of the system approximately 120 calendar days after the date of contract award. 5.2 Documentation. Documentation may be delivered up to 150 calendar days after contract award. 6. WARRANTY Standard comm ercial warranty. Vendor shall specify warranty in proposal. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2004); FAR 52.212-2 Evaluation Commercial It ems (Jan 1999). Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the Government s requirement, ii) past performance and iii) price. Technical capability is considered the most important evaluation factor for this acquisition, Past Performance is second in order of importance and third is price. Technical proposals will be reviewed for compliance with the specification herein. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Offerors shall include in their proposal, past performance information on at least two other c ontracts in which they provided same or similar items. Past performance information shall include the following: 1.) Contract Number, 2.) Company/Agency Name and Address 3) Name of Point of Contact with phone number and e-mail address. FAR 52.212-3, Offe ror Representations and Certifications??????Commercial Items (Jan 2004) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracti ng Officer. They may also be obtained at http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions required to Implem ent Statutes or Executive Order Commercial Items (Jan 2004); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.219-6, Notice of Total Small Business Set Aside (June 2003); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2004); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran s of the Vietnam Era and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); FAR 52.232-36, Payment by Third Party (May 1999). The following DFARS clause applies to this acquisition: DFAR 252.212-7001 Contract Terms and Co nditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004). DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act Balance of Payments Program (Apr 2003) . An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34 F.O.B. Destination (Nov 1991); and DFAR 252.204-7004 Alternate A (Nov 2003). Any technical questions concerning this requirement shall be e-ma iled to Julie.Silva@yuma.army.mil on or before COB 05 April 2004. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Julie Silva), 301 C. Street, Yuma, AZ 85365-9498. Offers being submi tted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Julie Silva), Building 2100, Room 8, Yuma, Arizona, 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mailed to Julie.Silva@yuma.army.mil. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 9:00 A.M. MST, April 12, 2004, regardless of method of submission. As a minimum, offerors shall include with their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsi mile numbers and e-mail address, (4) a completed copy of FAR 52.212-3 Representations and Certifications Alt I, (5) price (both unit price and total price) (6) proposed delivery schedule, (7) the information required by FAR clause 52.212-2 within this soli citation (ie. technical proposal and past performance information) (8) a statement indicating that Government VISA credit card will be accepted as the method of payment. Offers that fail to furnish required representations or reject the terms and conditio ns of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Julie.Silva@yuma.army.mil for notification of any amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00555582-W 20040329/040327211651 (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.