Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2006 FBO #1578
MODIFICATION

66 -- Space Simulator Vacuum System

Notice Date
3/21/2006
 
Notice Type
Modification
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-R-0023
 
Response Due
4/19/2006
 
Archive Date
3/22/2007
 
Point of Contact
Jacqueline Davis, 937-257-6147 ext 4211
 
E-Mail Address
Email your questions to jacqueline.davis@wpafb.af.mil;
(jacqueline.davis@wpafb.af.mil;)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 4 - FA8601-06-R-0023 DATED 20 March 2006 1. The purpose of this amendment is to replace the Minimum Specifications with Minimum Specifications dated 3-16-06. The minimum specifications and the two conceptual drawings can be provided upon request, as well as solicitation documents. As a result, the closing date is changed to 11:30 a.m. EST on 19 April 2006. Be advised that any proposals previously submitted shall not be considered. Also note that due to technical difficulties in accessing the PIXS website, copies of solicitation documents and attachments can be requested by sending an email to Jacqueline.Davis@wpafb.af.mil. 2. The minimum specifications are changed to read: *** MINIMUM REQUIREMENTS FOR SPACE SIMULATOR DATED 3-16-06 GENERAL: This specification describes the performance, hardware and services to be provided in conjunction with an environmental test space chamber. The requirement is for a facility consisting of a stainless steel vacuum vessel and temperature conditioned internal platen and shroud to simulate outer space conditions as outlined herein. The chamber, machinery and instrumentation shall all be manufactured as one unit. The equipment design shall consider the OSHA, NEC and ASME Code for Unfired Pressure Vessels. Safety interlocks and features shall be provided for the equipment and operating personnel. Applicable American Vacuum Society (AVS) specifications shall also be used. The materials and component parts shall be of good commercial quality, consistent with the performance required from the components. Workmanship shall be consistent with best commercial practice. The equipment shall be fully tested and meet all specifications prior to shipment. OVERALL DIMENSIONS: The overall dimensions are determined by the attached drawing. Before final assembly the system must fit through two doors and a hallway, as indicated on the drawing. WORKSPACE: Shall be a minimum of 30 inch X 30 inch X inch. The 36 inch is the depth of the workspace (See Conceptual Drawings) PERFORMANCE SPECIFICATIONS: Temperature Range: -60?C to +100?C measured at the platen and shroud. Temperature Rate: 2?C/min minimum Temperature Control Tolerance: ?5?C at any steady state temperature measured at the platen and shroud. The platen and shroud must exhibit a uniform temperature distribution at steady state. Vacuum Range: Ultimate 1 x 10-7 torr based on a clean, dry empty and outgassed system. Pump Rate: 800-1000 L/min Conditions: the performance described above shall be obtainable based upon a 20?C ambient temperature. Voltage: 240v 3ph 60hz VACUUM CHAMBER CONSTRUCTION: The following basic concepts will be performed to achieve a high standard of quality. The outer structural shell of the environmental simulator will be designed to resist one atmosphere of external pressure while under vacuum. Penetrations and other fittings will be designed in accordance with accepted structural design techniques and good high vacuum practice. The shell will be designed to conform to the ASME Code, Section VIII, for Unfired Pressure Vessels. Penetrations and nozzles shall be of Type 304L stainless steel conforming to ASTM Specification A240-58T. After the vessel has been fabricated, the weld seams will be finished using per best practices or applicable American Vacuum Society (AVS) specifications. All component parts of the chamber will be welded in accordance with the best practices of the American Welding Society. The openings into the vacuum chamber will require exceptional care in their design and fabrication. It is also important that penetrations be designed so that each can be tested individually for leaks. All flanged penetrations will be provided with O ring seals (viton). Bulkhead panel through the chamber wall shall have 24 shielded data lines for general-purpose telemetry (BNC is preferred for the data signals). All connection must comply with the same vacuum ratings as the rest of the chamber. Per best practices or applicable American Vacuum Society (AVS) specifications. Bulkhead panel through the chamber wall shall have 4 pairs (?) power for both AC and DC, rated to 15 amps. All connection must comply with the same vacuum ratings as the rest of the chamber. Per best practices or applicable American Vacuum Society (AVS) specifications. Careful designing and qualification of each type of weld joint used to insure that the tightest possible weld is made at each location. Per best practices or applicable American Vacuum Society (AVS) specifications. One 6-inch view port at the back of the chamber is required The chamber will have one door which will be hinged. The door shall open wide enough to allow full extension of the platen to permitted mounting of the UUT. LEAK DETECTION: The most sensitive method available for detecting and locating leaks in high vacuum equipment is achieved by the use of helium leak detectors. A Residual Gas Analyzer (RGA) with digital readout will also be used for contaminants and potential leak detection. SHROUD AND PLATEN: The vacuum chamber shall be provided with a conditioned shroud and platen. The shroud surface and platen bottom will be traced with fluid passages to accommodate a temperature-controlled fluid which will perform the thermal conditioning function. The shroud and platen shall have a uniform temperature distribution as stated in the performance specifications Emissivity of the shroud and platen facing the Unit Under Test (UUT) shall >0.85 and the side facing the chamber shall < 0.25 The shroud and platen shall be constructed of AL The platen shall support a weight of 200lbs maximum The platen shall be fully extendable to mount unit under test (UUT) Stainless steel flex hoses will be used for heating and cooling to accommodate extendable platen The platen shall be 30 inch x 36 inch minimum (thickness will be determined by support structure and UUT weight supported) Mounting holes to secure the UUT to the platen shall be 3/8 with3/8-24 threads on 4 inch centers starting 2 inch from platen outside edge THERMAL CONDITIONING SYSTEM: The shroud and platen must be capable of temperature control from -60?C to + 100?C (refer to set-point control in Temperature Control Section). Also see bid option INTERCONNECTING PIPING AND VALVING: All interconnecting piping shall be type L copper. All valves shall be selected based upon accommodating the system temperature and pressure ranges. Portions of the system operating at temperature extremes removed from ambient shall be suitably insulated. VACUUM EQUIPMENT: Sufficient clearance will be provided for pump servicing and/or removal. The pumping system will be remotely operable from control switches located at the console. Interlocks will be provided to prevent operation in the wrong sequence. Pressure sensing elements and vacuum gauging will be located on the control console to monitor chamber pressure. The final configuration will be securely mounted as a unit. TEMPERATURE AND CONTROL SYSTEM: Controls and instrumentation shall be situated on a control console. The following instrumentation features shall be incorporated: ...Built in limit alarms for vacuum and temperature ...Temperature (s) and vacuum displayed on control console or computer ...Set point control of temperature (s) for user specified ramps and dwells ...Displayable thermal vacuum profile VACUUM CONTROL SYSTEM: The controller shall provide automatic switchover at the cross over pressure The vacuum pump will evacuate the chamber to the lowest level it is capable of achieving. PREPARATION FOR INSTALLATION: Adequate drawings shall be provided to prepare the area for the installation of the equipment. These drawings shall consist of a General Layout, illustrating dimensions of the chamber, machinery utility requirements and utility connection points. INSTALLATION: Foundation work, or other types of building alterations and permits to the final location, as required, is the responsibility of the purchaser. Service connections consisting of water, air drains and electrical power through disconnect switches to the required locations are the responsibility of the purchaser, as well as interconnecting materials. The company shall disassemble this chamber after factory testing and provide installation and re-test the chamber at WPAFB. OPERATION AND MAINTENANCE MANUAL: An Operation and Maintenance Manual will be provided. The manual will consist of the following: ...Electrical drawings. ...Refrigeration schematic. ...Major component vendor literature. ...General arrangement drawing or descriptive literature. ...Calibration instruction. ...Operating instruction. *** End of Minimum Specifications *** 2. Bidders are reminded that quotation packages should include price quote for delivery of proposed items to the Air Force Institute of Technology, Wright-Patterson Air Force Base, Ohio, 45433-7765 (FOB Destination), best delivery date, a Capabilities Package that includes a line-by-line response to each paragraph of the Minimum System Requirements document, descriptive literature to allow a complete evaluation of the equipment being offered to determine if it meets minimum requirements, drawing of the proposed item, and a list of utility requirements necessary for operation of the offered equipment. A technical description of the items being offered shall be submitted in sufficient detail to evaluate compliance with the minimum requirements. 3. Complete proposal packages, including price proposal, technical capability information, and Representations and Certifications shall be submitted by 11:30 a.m. EST on Wednesday, 19 April 2006, to Ms Jacque Davis, 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Proposal packages may be faxed (with cover page) to 937-656-1412 or may be sent electronically to Jacqueline.Davis@wpafb.af.mil. All correspondence or quotes emailed shall contain a subject line that reads: FA8601-06-R-0023, Space Simulator Vacuum System. If this subject line is not included, be advised that the email may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If emailing your quotes, ensure only .PDF, .doc, or .xls documents are sent. The email filter may delete any other form of attachments. Note that email filters at Wright-Patterson are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). For questions on this solicitation, contact Ms Jacque Davis, (937) 522-4589, or email questions/comments to Jacqueline.Davis@wpafb.af.mil. 4. As a result of this amendment, quotation packages are due NLT 11:30a.m. EST on 19 April 2006. *********************************
 
Place of Performance
Address: Wright-Patterson Air Force Base, Ohio
Zip Code: 45433
Country: USA
 
Record
SN01011379-W 20060323/060321212334 (fbodaily.com)
 
Source
FedBizOpps 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.