Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2005 FBO #1299
MODIFICATION

66 -- RESEARCH WIND TUNNEL ACQUISITION AND INSTALLATION

Notice Date
6/15/2005
 
Notice Type
Modification
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F1SBAA5130B001
 
Response Due
6/24/2005
 
Archive Date
7/9/2005
 
Point of Contact
Tom Shea, Contract Specialist, Phone 661-277-9522, Fax null,
 
E-Mail Address
thomas.shea@edwards.af.mil
 
Description
DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a, Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. The NAICS code is 332313. Part numbers specified are desired items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. The following items will be procured: A new research wind tunnel will be purchased this year by the Air Force (AF) at Edwards Air Force Base (EAFB) and installed at the California State Polytechnic University (Cal Poly Pomona or CPP) campus in Pomona, California. The facility will be a weather-proof outdoors-type wind tunnel installed on an existing concrete slab. A drawing of a concept wind tunnel at the site, with the preferred layout and flow direction, can be viewed by going to http://www.csupomona.edu/~aro/wt/. Photographs of the wind tunnel site, including a 360-degree video of the site are found at http://www.csupomona.edu/~aro/wt/ The wind tunnel, designed to AF specifications, will be manufactured and installed at the Cal Poly Pomona designated site. A bidder’s Cal-Poly Pomona telephone conference is scheduled for 03-Jun-2005, and for individual firms on an as-needed basis. Please notify the technical and contractual points of contact to schedule a time for any inquires. The project shall be completed by no later than December 23, 2005. The specifications of this desired acquisition is as follows: SIZE: Test Section width: 40 inches, height: 28 inches, length: 78 inches / Overall length: 62 feet or less, width: 23 feet or less / height: 10 feet or less TUNNEL TYPE: Closed circuit tunnel with single return CAPABILITIES: q (dynamic pressure): 0 to 100 pounds per square foot / Tunnel air velocity: 0 to 300 feet per second (clear test section) / Test section static pressure: atmospheric with a 'breather' downstream of the test section/ Test section temperature: ambient +/- 5 degrees F AIRFLOW QUALITY (Test Section): Flow uniformity: 0.7% variation from average velocity or less / Turbulence: 0.1% turbulence intensity or less / Flow angularity: +/-0.5 degree variation or less in pitch and yaw (clear test section) / Static Pressure Variation: minimized along length of test section / Flow transients: none WIND TUNNEL INSTRUMENTATION: Static pressure tap rings (minimum of 4 taps per ring) located in the plenum (nozzle entrance) and entrance to test section for q determination and one more at the downstream end of the test section. POWER SECTION: Fan: High efficiency, low turbulence / Motor: Electric, variable-speed, efficient, low maintenance CONSTRUCTION: Steel construction, flanged sections / Windowed test section (3/4" SAR Plexiglas or equivalent with abrasion resistant coating and an aluminum frame, full length, 2 sides and ceiling) / Removable test section floor to facilitate modifications. A prefabricated metal structure will be installed around the test section to serve as a control room. Design and construction of the control room is not to be included in this bid package. However, the tunnel must be equipped with flanges to accommodated sealing of the room. SAFETY FEATURES: Brake on fan drive / Interlocks on all access doors / Safety screen downstream from test section to catch debris ACCESS REQUIREMENTS: Test section (both sides) for model installation, etc., as described in above. Drive section for maintenance and servicing. Screen and honeycomb section for cleaning. OTHER SPECIFICATIONS: The wind tunnel should be level and anchored to the slab, with minimum deviation between adjacent sections. The elevation of the wind tunnel should be set so that the centerline of the test section is no less than 5 feet up from the control room floor to facilitate user access into the test section. If the centerline is higher than 5 feet, two elevated platforms will be required, one for each side of the test section. These platforms will be provided by the AF on contractor's request and can be modified as required and installed. NOISE LEVEL: Noise generated by the wind tunnel facility shall be less than 75 dBA at a distance of 6 feet from any location outside of the tunnel. Noise level inside the control room shall be less than 85 dBA. The contractor shall provide documentation of the noise level at three tunnel speeds: 100, 200, and 300 ft/sec. COOLING: A chilled-water radiator inside the wind tunnel, located between turns 3 and 4, for cooling of the air (provide maximum heat load, water system, maximum GPM and pressure loss), or circulate chilled water through hollow turning vanes at turns 3 and 4 (or, if necessary, through all four sets of turning vanes). It is anticipated that, without cooling, flow temperature will rise approximately 25 degrees F above ambient temperature during a typical run. CONTROLS: Manual and computer operation, single operator / Keyed power on/off switch and speed setting knob for fully variable speed / Time counter to track motor usage / Remote pushbutton kill switch (at test section) to shut down fan motor WARRANTY: Contractor shall provide a written warranty on all workmanship, material, and equipment for the first 1000 hours of wind tunnel operation or 2 years from the agreed-upon date of completion (whichever is shorter). PRINCIPLE STATEMENT OF WORK (1) The contractor shall provide an overall conceptual engineering design of a research wind tunnel to meet the specifications given. The contractor shall provide a Preliminary Design Review (PDR) to the AF. Following the PDR, and with AF approval, the contractor shall proceed and complete the design that includes all construction details and notes on drawings. Upon successful completion of the PDR, the contractor shall submit final engineering drawings to the AF for approval and authorization to proceed (ATP). The design must comply with all applicable State Codes, City Ordinances, Factory Mutual Insurance Company requirements, and all agencies having jurisdiction over this job. Any required permits are the responsibility of the contractor. (2) The contractor shall design and manufacture a research wind tunnel to AF specifications. The contractor shall provide bi-weekly status reports to the AF focal point and allow AF representatives to visit the contractor at any time to review the design and/or inspect the wind tunnel during its manufacture. Upon completion of the wind tunnel fabrication, the contractor shall provide as-built drawings. Bidders shall specify whether an operational checkout at the manufacturing site will be performed. The contractor shall also provide a written summary of the operational checkout of the wind tunnel (if performed). The AF or a designated representative will perform a buyoff inspection at the contractor’s location prior to shipping. On AF approval, the contractor shall package and ship the wind tunnel to the installation site in Pomona, California. (3) The contractor shall install a Northrop Grumman (NG)-type designed model support system onto the new wind tunnel. The model support system, seen in the Concept Support Picture at http://www.csupomona.edu/~aro/wt/, will be constructed under a separate contract and provided to the wind tunnel contractor for installation. The contractor shall mount the model support hardware below the test section. This system includes a strut that extends up into the test section for mounting test models. It provides pitch and yaw control of the model. An Interface Control Drawing (ICD) is shown in the Concept Support Picture at http://www.csupomona.edu/~aro/wt/. It shows the model support hardware installation in the wind tunnel test section. A NG-designed slotted turntable (45 inch diameter, 1/4 inch thick aluminum disk) will be installed into a circular cutout in the floor of the test section, flush with the tunnel’s floor surface. The disk turns with the support system for yaw control. The strut extends through the slotted disk and pivots to give pitch control. The support system must be positioned and leveled (with respect to the tunnel centerline when installed) so that the center of rotation of the support system coincides with the center of the test section. (4) The contractor shall install a base to locate the support system vertically. The base will be attached to the floor below the test section and the support system will be mounted on top of three adjustable leveling feet. Dimensions of the base are approximately 38 inches wide by 55 inches long by 12 inches high. (The height of the base is dependent upon the distance from the floor to the test section centerline.) An existing base design is available from NG and will be modified and constructed by another vendor and supplied to the wind tunnel vendor for installation under the test section. (5) The contractor shall perform functional tests of the new wind tunnel to verify that all specifications are met and make all adjustments or corrections, as required to achieve operation and test section airflow quality within the specification. Any negative deviation from the specifications must be approved by the AF. To verify the flow quality, the contractor shall perform a detailed calibration of the airflow in the test section of the installed wind tunnel. This would include two-dimensional mappings (every 2” in the y and z directions normal to the flow direction) of flow velocity, flow angularity in pitch and yaw, and turbulence intensity at 3 (streamwise) stations along the test section: the center of the test section and two other longitudinal stations +/-20” from the first. (6) The contractor shall provide calibration data to correlate control panel speed setting to test section air velocity for clear test section. (7) The contractor shall provide a training session for the AF and CPP personnel. Topics include facility operation, maintenance, servicing, precautions, etc. (8) The contractor shall provide two complete sets of documentation describing the operation and maintenance of the wind tunnel and all support equipment. (9) The contractor shall provide printed engineering drawings, 2-D and 3-D in AutoCAD, of the as-built wind tunnel facility on E-size drawings (28" x 40") and electronic drawing files on CD-ROM. Electronic drawing files shall be provided in both .pdf format as well as AutoCAD or IGES format. OPTIONAL STATEMENT OF WORK Contractors shall perform the following tasks that consist of enhancements to the principal statement of work. (1) The contractor shall purchase and install a water cooling tower and pump system to provide chilled water to the wind tunnel. The contractor shall size the system to maintain wind tunnel temperature at ambient +/- 5 degrees F. Local ambient temperatures range from 50 to 105 degrees F. It is anticipated that, without cooling, flow temperature will rise by 25 degrees F above ambient during a typical run. The contractor shall install the tower at an AF approved location near the wind tunnel, make all required hookups (electrical, water, etc.), check out operation and obtain all of the required permits. (2) Improve flow quality in the test section from those specified in above (Principle Statement of Work) to - Flow uniformity: 0.25% variation from average velocity or less; Turbulence: 0.07% turbulence intensity or less; Flow angularity: *0.1 degree variation or less in pitch and yaw (clear test section). These are maximum values allowed at the array of points specified in the flow calibration of the test section described in the principle statement of work. To achieve this improved flow quality, it is recommended that Items a - c below be considered. (a) The contractor shall add two additional screens, after the honeycomb and before the contraction cone to improve flow uniformity in the test section. (b) The contractor shall add a constant section, of length equal to one effective diameter of the tunnel at that location, between turn 4 and the contraction cone to improve flow quality in the test section. (c) The contractor shall add corner fillets to all four corners of the test section, with proper fairings upstream and downstream of the test section, to improve flow quality in the test section. Fillets are to be such as to account for growth of the boundary layers on the walls of the test section. Therefore, the test section walls shall be parallel, in pairs. (3) The contractor shall install lights in the test section fillets, 4 places, to improve lighting in the test section. (4) The contractor shall provide and install noise reduction equipment (acoustic silencers) inside the wind tunnel to reduce the level of wind tunnel noise. The contractor shall specify the noise level reduction provided by the silencers (dBA) at 100, 200 and 300 ft/sec. (5) The contractor shall provide automatic controls of wind tunnel parameters including dynamic pressure (q), temperature, model pitch, and model yaw. Analog voltages will be available from the model support system for pitch and yaw. The AF will provide the needed programming in LabVIEW. (6) The contractor shall provide a comparison of costs for alternative wind tunnel construction materials (fiberglass, wood, other) and include a durability warranty extension statement. The contractor shall make recommendations based on expected operating conditions: moderate climate, dry, windy, direct sunlight (20 – 105 degrees Fahrenheit), earthquake-proof, etc. (7) The contractor shall provide a motorized 3-D traversing mechanism that will be mounted inside and at the downstream end of the test section and allow for flow measurements throughout most of the test section (for example the detailed calibration of the test section flow, as described on top of page 5). (8) The contractor shall design the test section to be easily removable, interchangeable and portable and supply one additional removable test sections for 2-D airfoil testing. Maximum airfoil cord length will be 12" and the mounting will be a single position in the center of the section. (9) The contractor shall provide computational fluid dynamics (CFD) analysis of the flow in the test section and tunnel circuit. ----- Contract Line Item Numbers (CLIN), will be established based on deliverable and installation proposed by the contractor on the requirements specified above in the Principle SOW and/or the Optional SOW. Project completion date by 23-Dec-2005 is firm. Contractors interested in this requirement should submit a complete technical package and quote, which provides clear and convincing evidence that they can meet the Government’s requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 332313. All interested offerors may submit a quote. This shall be a Firm Fixed price contract. The specifications are listing by CLINs in the description above. Delivery will be to California Polytechnic University, Pomona. The following government provisions and clauses apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors—Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN - http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 – Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.211-6 Brand name of equal. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the “equal” item. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Additional information: For permit and construction inquires that your business might have, please contact the Cal Poly Pomona Program Manager/Facilities and Planning focal point Richard Campos, rscampos@csupomona.edu, 909-869-5256, fax 909-869-2292, alternate Ray Morrison, rcmorrison@csupomona.edu, 909-869-4993. Technical point of contact for technical questions: Sean Kenny, 661-275-5468, sean.kenny@edwards.af.mil. Contractual point of contact is: Tom Shea, 661-277-9522 fax 661-275-7882. Send all offers via fax by close of business June 24, 2005. Email all inquires to thomas.shea@edwards.af.mil. Additional information can be obtained from Technical Point or Contractual point of contact. FEDBIZOPS web site: http://www.eps.gov/. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFFTC/Reference-Number-F1SBAA5130B001/listing.html)
 
Place of Performance
Address: Cal Poly Pomona - Aerospace Engineering Dept 3801 W. Temple Ave. Pomona, CA
Zip Code: 91768
Country: USA
 
Record
SN00830808-F 20050617/050615213311 (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.