Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

66 -- Torsional Thrust Balance and Inverted Pendulum Thrust Balance

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4F5AV7061A
 
Response Due
4/6/2007
 
Archive Date
4/21/2007
 
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, a written solicitation will not be issued. This solicitation is a request for quotations. This RFQ is issued under simplified acquisition procedures. This RFQ has two line items. The items being procured for AFIT, WPAFB are as follows: Torsional Thrust Balance. The following minimum requirements for Torsional Thrust Balance to Measure Micronewton Thrusters must be met. -The thrust balance shall be capable of mounting in a horizontal chamber with length of 66 cm (26?) and a diameter of 61 cm (24?). -The balance will be mounted to a platen in the chamber. Specifications and requirements for mounting will be provided by a vendor. -Thrust levels: Continuous: 2 to 20 uN, resolution of 0.03 uN Impulsive: 3 to 40 uNs, excitation intervals from 20 to 80 ms -Noise levels: 0.1 uN / square root Hz in the 7 mHz to 1 Hz bandwith -Thruster mass loads support 44 kg, typical thruster load between 0.3 and 1.0 kg -Vacuum operating conditions 1e-7 Torr based on a clean, dry empty and outgassed vacuum chamber -Temperature conditions: The performance described above shall be obtainable based upon a 20?C ambient temperature -Voltage 120V/60Hz or 240V/60Hz -All interconnecting cabling will be provided with the system. All components shall be selected based upon accommodating the system temperature and pressure ranges. Thrust balance measurements will be made from a control computer using a Labview? software environment. Thrust balance will be connected to the control computer through standard vacuum chamber BNC feedthroughs -Controls and instrumentation shall be situated on a control computer using LabView? software controls. The instrumentation controls will be design to integrate with an automated control and data acquisition system. Direct readout and capture of thrust measurements shall be provided -An Operation and Maintenance Manual will be provided. The manual will consist of the following: electrical drawings, major component vendor literature, general arrangement drawing or descriptive literature, calibration instruction, operating instruction Inverted Pendulum Thrust Balance. The following minimum requirements for Inverted Pendulum Thrust Balance to Measure Millinewton Thrusters must be met. -The thrust balance shall be capable of mounting in a 2 m diameter horizontal chamber to a platen with work space of 30?x30?x36? (36? depth). -The platen has mounting holes to secure the balance, 3/8? with 3/8-24 threads on 4? centers starting 2? from platen outside edge. The platen is 30?x36? and capable of holding 200 lbs. -Thrust levels: Continuous: 0 to 1 N, resolution of 0.1 mN -Noise level: below 0.01 mN -Thruster mass loads support 50 kg, typical thruster loads between 1 and 10 kg -Vacuum Operating Conditions 1e-7 Torr based on a clean dry empty and outgassed vacuum chamber -Temperature conditions: the performance described above shall be obtainable based upon a 20?C ambient temperature -Voltage: 120V/60Hz or 240V/60Hz -All interconnecting cabling will be provided with the system. All components shall be selected based upon accommodating the system temperature and pressure range. Thrust balance measurements will be made from a control computer using a Labview? software environment. Thrust balance will be connected to the control computer through standard vacuum chamber BNC feed throughs. -Controls and instrumentation shall be situated on a control computer using Labview? software controls. The instrumentation controls will be design to integrate with an automated control and data acquisition system. Direct readout and capture of thrust measurements shall be provided. -An Operation and Maintenance Manual will be provided. The manual will consist of electrical drawings, major component vendor literature, general arrangement drawing or descriptive literature, calibration instruction and operation instruction. The size standard for this effort is 500 employees. NAICS: 334516 FSC: 6625 DELIVERY: On or before 30 June 2007 FOB : Destination Payment terms: Net 30 days Evaluation of Award will be based on overall BEST VALUE to the Government, Technical Capabilities, Price and Past Performance. ATTN: The following clauses and provisions apply: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representation and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9-1 Small Business Program Representations fill-in (a) (1) is 333315, fill-in (2) is 500 employees. FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-39 Notification of Employee Rights concerning Payment of Union Dues and Fees FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 Protest after Award FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7004 Required Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payment Program DFARS 252.232-7003 Electronic Submission of Payment Requests AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances Quotations: Submit your quotation to Linda Bramhall at linda.bramhall@wpafb.af.mil or Linda Bramhall, 88th CONS/PKAA, 1940 Allbrook Dr., WPAFB OH 45433-5309 or FAX (937) 656-1412 by 10:00 PM on April 6, 2007. (Email is preferable method for submission of proposal). Questions concerning this solicitation should be directed to Linda Bramhall at (937) 522-4594 or Email at linda.bramhall.wpafb.af.mil
 
Place of Performance
Address: AFRL/HEC, 2255 H St, Bldg. 248, Room 200 C, Wright-Patterson AFB, OH
Zip Code: 45433-7022
Country: UNITED STATES
 
Record
SN01260977-W 20070330/070328220647 (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.