Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

66 -- Amendment 006 to a Combined Synopsis/Solicitation (CSS)Request for Proposal (RFP) W52H09-05-R-0230 for a SINGLE AXIS TEST SYSTEM,and an Option to UPGRADE to HEXAPOD TEST SYSTEM.

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0904R0230
 
Response Due
6/21/2005
 
Archive Date
8/20/2005
 
Small Business Set-Aside
N/A
 
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. This notice constitutes Amendment 006 to a Combined Synopsis/Solicitation (CSS)Request for Proposal (RFP) W52H09-05-R-0230 and provides the Government's response to technical questions. T he U.S. Army, TACOM, Rock Island, Illinois, intends to negotiate and award a firm fixed-priced type contract for a SINGLE AXIS TEST SYSTEM, with an option to purchase and UPGRADE to Six (6) degree-of-freedom (DOF) HEXAPOD TEST SYSTEM. These two items are commercial in nature. This notice is prepared in accordance with the format in Subpart 12.6, and implemented by additional information herein. Prospective Contractors are cautioned that any previously submitted offer will not be considered if dated prior to the issuance date of this notice. Initial and revised proposals are requested and a separate, written solicitation will not be issued. This CSS is issued through SFI/FedBizOpps, as will any future amendments. This CSS hereby incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-04, effective 08 Jun 2005. Single Actuator vs. 3 Actuators for Vertical Motion. Question 1: Is the intention to design the initial Single Axis system so as to minimize the upgrade cost t o a 6DOF system at a later date? For example, a single, large actuator with table and head expander would be more cost effective from an initial standpoint for a single axis test stand, but the actuator would not be sized properly for use in a 6DOF at a l ater date. For upgrade purposes, the use of 3 smaller actuators below a stiff table designed for horizontal and lateral actuator connections would initially be more expensive, but would be reusable in the 6 DOF upgraded design. Answer: The intent is to minimize the upgrade cost to a 6-DOF system. Hydraulic Power Supply Sizing. Question 2: Should the Hydraulic Power Supply be quoted initially sized to meet only the vertical requirements, with an optional upgrade to add capacity for the 6DOF, or should t he Hydraulic Power Supply be quoted to handle the flow requirements of the 6DOF system initially? This could be done by leaving capacity on a common reservoir system to add pump/motor units as required, supplying two supplies and coupling the reservoirs d uring the upgrade, or sizing the initial unit to provide adequate flow for the 6DOF system. Answer: The equipment should be sized correctly for the 6-DOF. Hoses, Hard line, sizing. Question 3: The same question arises when sizing the hoses and hard l ine from the Hydraulic Power Supply to the Service Manifolds. Should the initial Hoses/Hard line, etc., be quoted with the intention of reusing for use in the 6DOF upgrade, or should they be sized specifically for a Single Axis Test System? Answer: The requirement is not to have two stand-alone pieces of equipment. Reuse of parts to accomplish upgrade from the 1-DOF to 6-DOF reduces overall cost. Pit/Reaction Mass Issues. Question 4: Is the existing pit constructed with any reaction or isolation mas s? If so, what are the mass and vibration isolation details If not, does TACOM expect the supplier to provide these facilities along with the quotation? Answer: The pit has a 10 x 12 x 3 reinforced concrete mass that is isolated from the pit walls by 1 dense foam board. Additionally, the concrete mass is resting on bedrock. Question 5: Can the sides of the pit be used for attachment of actuators (any reinforcement in place)? Answer: The pit walls are of standard foundation specifications and are probably not adequate for attachment of actuators. Question 6: What is the expected connection of the system to existing facilities (alignment plate, co ncrete anchors, etc)? Answer: An example of an acceptable connection of the apparatus to the concrete mass is chemically bonded concrete anchors. Facilities Issues. Question 7: What is the preferred location of the Hydraulic Power Supply and associate d distance? Examples: Close to the test stand (with noise isolation); Remote from the test stand, but inside (separate room); Outside in covered area; and Other. Answer: The preferred location for the hydraulic power supply is in the pit alongside the equipment. If the size of the pit does not allow for that, the next likely place would be between 50 and 60 feet from the pit. Question 8: Should the system be quoted with hard line from the Hydraulic Power Supply to the Service Manifolds? If so, what is the proposed floor layout, and are there any trenches in place? Answer: Hard line materials are excluded because the location of the power supply is undetermined at this time. The hard line installation will be accomplished according to the contracto r provided specifications at the governments expense. Question 9: Is there any water cooling (chiller) capacity for cooling the hydraulic fluid? If so, what is the capacity? If not, should the chiller system be quoted (as turnkey installed)? Answer: The current plan is to cool the system with potable water. Cooling requirements are anticipated as an inclusive item within your firms offer to determine the required, estimated amount of water on a yearly basis. The Government determines the final me thod of cooling, determines if the quantity of water or material cost is excessive, and whether cooling towers will be considered as an alternative method. Question 10: Does TACOM have the capability to move equipment locally (riggers and appropriate for k lifts, overhead cranes, etc)? If so, will these resources be available for use during installation? If not, then should this portion be included with this quotation? Are there any union or skilled trades issues that need to be addressed for this installation? Answer: The contractor is responsible for all labor, supplies, equipment, and materials to supply and install equipment, except as stated in CSS. Performance Issues. Question 11: It is understood that the system will be used for road data replication related to truck transpo rt of packaged goods. In light of this, a number of performance issues arise. Should the acceleration and velocity specifications be considered Peak values, or are these intended to be sustainable, such as at a constant sinusoidal frequency? This affect s hydraulic power supply and related accumulator sizing. Answer: The values are peak values. The system isn not expected to sustain these levels on a continuous basis. Question 12: Are there a set of specifications that would be considered runoff acce ptance criteria to confirm performance is met? For example, assuming a sinusoidal input, with a peak-to-peak amplitude of 4 inches, 10g cannot be achieved below 7Hz (stroke limitations). Answer: A runoff specification is not developed. Question 13: Th e intended use implies the inclusion of an advanced control software package. Which approach does TACOM intend to use? Adaptive Iterative Control, functionally equivalent to RPC, remote parameter control If so, what level of software is expected? Dat a Acquisition, Data Editing, Data Analysis; System Transfer Function, Coherence, and Correlation, Drive File Iteration, Replay, or Other? Random Power; Spectral Density Adaptive Control, Online PSD Control; or Other? Answer: The proposed system (6-DOF system) should be able to reproduce an environment described by governments provided time based acceleration data obtained from a minimum of one tri-axial accelerometer block up to a maximum of three accelerometer blocks (3-channels up to 9-channels of d ata obtained with GFE). The goal is to no longer test a test vehicle on a test track and to improve repeatability and accuracy . Data acquisition beyond what is required for closed loop control and verification is not a current requirement. An ability to capture basic analysis and report data for use in reproducing test environments and support publishing of test reports. These necessary features/software/hardware necessary to accomplish this goal are anticipated as part of your firms technical proposal. Any supplemental list of expansion capabilities, along with optional hardware/software from your company or third party comp anies, is not required, but would be greatly appreciated at no additional cost to the Government. Question 14: A Hexapod is mentioned as the 6DOF configuration. While this is plausible, the request for a Single Axis Test System and Upgrade to 6DOF syste m might be better accomplished with an orthogonal configuration (as opposed to 6 duplicate actuators as utilized in a Hexapod, or Stewart configuration). Does TACOM have a preference for the specific Hexapod solution, or are other 6DOF configurations acce ptable solutions? Answer: The Government is limited by the pit construction to those allowed configurations. A hexapod configuration appeared to be the most likely choice. Onsite Visitations and Timing. Question 15: Is it possible to schedule an onsi te visit to review facility issues? Can an extension be granted to allow for Shore Western to provide detailed quotations based on the above questions regarding the Scope of Supply? Answer: A site visit is not a requirement and the necessity and any cos ts involved are at the contractors expense and discretion. Proposals are due by 2005JUN21, 1:00 P.M., local time. There is no change, or extension for offer submittal.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00829553-W 20050616/050614212241 (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.