Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
SOURCES SOUGHT

R -- Upgrade to Naval Aerodynamic Test Facility (NATF) Wind Tunnel

Notice Date
1/29/2008
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
20670
 
Solicitation Number
N00421-08-R-0037
 
Response Due
2/15/2008
 
Point of Contact
Sabana Moore, Contract Specialist, Phone (301) 757-2611, Fax (301) 757-8959, - Hazel Barnes, Contract Specialist, Phone (301) 757-8942, Fax 301-757-8959
 
E-Mail Address
sabana.moore@navy.mil, hazel.barnes@navy.mil
 
Description
The Naval Air Systems command, Applied Aerodynamics and Store Separation Branch (AIR 4.3.2.1), Patuxent River, MD 20670 announces its intention to procure, on a competitive basis, the materials and services necessary for the following: upgrade of tunnel control system to a variable frequency drive, upgrade tunnel control and data acquisition computer(s) to control and acquire all existing facility instrumentation, procure and integrate a data post-processing computer(s) that will process data from all the various instruments, procure and integrate PCU (3 modules) upgrades to an PSI 8400 electronically scanned pressure system, procure and integrate a Particle Image Velocimetry (PIV) system, and procure and integrate an unsteady, 5-hole, L-shaped, pressure probe system. The procurement would include fabrication, installation, delivery, and technical support. All interested parties are encouraged to respond, however, the Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. INTRODUCTION: The purpose of the project is to acquire the latest model Particle Image Velocimetry system (PIV) and replace the current antiquated instrumentation computers tunnel drive system and with one or more computers to control all the instrumentation systems and wind tunnel drive. Currently, three different computers using three different operating systems control various aspects of tunnel operation. All computers are antiquated; the master control computer is a 486 PC. The master computer experiences about 5% to 10% downtime during operation. Upgrading the master computer is not possible as the tunnel drive/control software is incompatible with newer computers (and upgradeable software does not exist). Additionally, all computers are operated as stand alone systems and are of limited memory and disk space. It is becoming very difficult to single-handedly run the wind tunnel. The tunnel drive controller is antiquated and a failure would shut down the facility for an unacceptable length of time. Additionally, the current drive components restrict the operating envelope to a minimum of 50 ft/s. Low speed operation is impossible. Wind tunnel corrections are difficult to adequately acquire due to the inability of the tunnel fan control to drive tunnel speed to 0 ft/s in a timely manner. Test set-up, conduction, and data reduction/analysis is currently far from a turn-key operation. Each test becomes a unique, in-efficient exercise. Communication between the various systems is difficult at best (and with some systems impossible) REQUIREMENTS: The anticipated contract effort includes, but is not limited to the following: The contractor shall be required to design, fabricate, procure, integrate, deliver, install, and provide training/support for a standardized and integrated wind tunnel control, data acquisition and post-processing system. This system will consist of replacement of current wind tunnel drive control with a variable frequency drive/control that does not hinder, in any manner, current capability (including electronic noise levels) and is able to be remotely controlled from the facility control room, and integration of current instrumentation using standardized software to control, acquire and process data. The contractor shall procure or manufacture a PIV system and an unsteady, 5-hole, L-shaped, pressure probe system and upgrade the PSI 8400 system PCU modules. The contractor shall deliver, install, and insure operation of all components, and demonstrate integration of current facility instrumentation. All computers must be able to easily pass data to each other. The contractor shall have proven capability, compatibility, and knowledge of integrating wind tunnel control and data acquisition systems and instrumentation. TECHNICAL QUALIFICATIONS: The tunnel drive shall be of a low-noise, variable frequency type and able to control a 200 HP motor. Tunnel control software/computers, henceforth referred to as the system, must be able to control tunnel speed and acquire data from the various existing instruments. The existing instruments are, but not limited to the following: 6-component strain gage balances with reference voltage sensing, pressure transducers, temperature probes, relative humidity probes. Also, the system must be able to integrate, control and acquire data for an existing electronically scanned pressure system that contains approximately 200 channels of pressure data. The system must be able to integrate, control and acquire data for an existing unsteady pressure data from a 32 channel, 100 kHz CAMAC system. The system must be able to integrate, control and acquire data for an existing facility traverses. The system must be able to integrate, control and acquire data for a to-be-procured PIV system. The system must be able to integrate, control and acquire data for a to-be-procured an unsteady, 5-hole, L-shaped, pressure probe system. The PIV system shall consist of 4 Mpixel, 14 bit cameras, 200 mJ laser and all software hardware for stereoscopic PIV measurement. For aerosol dissemination, a six-jet Laskin nozzle aerosol generator is required. The contractor shall provide PIV system set up and training. The three (3) Pressure Calibration Units (PCU) modules shall be compatible with the existing PSI 8400 system and the planned procurement for the facility control/acquisition system. The facility control system shall use state of the art computers with adequate speed, processors, and data storage capability to control, acquire, and process data. The system must be able to integrate the existing facility instrumentation and the planned procured instrumentation and therefore must have adequate input capabilities. The system software must be able to control all instruments and acquire data. The software must be handle strain gage balance (and other instrument) functions such as tares, Rcals or check loads, and the balance interaction matrices. The primary goal of this effort is to achieve a system that will allow for the speedy set up, control, and acquisition of wind tunnel tests in a more turn-key operation. The contractor shall provide initial training and reference manuals. All technical source data will become government property. Maintenance instructions for the life preservation of components, maintenance procedures are also required where applicable. CHECKOUT TESTING: The contractor shall be required to demonstrate system integration/acquisition of the existing facility instrumentation, control of the facility drive, and integration/acquisition of the procured instrumentation. The Contract type is anticipated to be a Firm-Fixed Price contract. These services shall be performed at the Naval Air Systems Command, Patuxent River, Maryland. The total estimated dollar value for this procurement is roughly estimated to be $434,000.00. The applicable NAICS code for this requirement is 541380. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services denoted above. This documentation must address, at a minimum, the following: (1) company profile to include Company Name, Address, Business Size, number of employees, annual revenue history, office location (s), DUNS number, and a statement regarding current small business status. (2) Company Point-of-Contact?s (POC) Name, Phone number, Fax number and e-mail address. (3) Company?s prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein; The capabilities package shall be sent by mail to contracts, Sabana Moore, Naval Air Systems Command, Aircraft Support Contracts Department (2.5.1.3.3), 21983 Bundy Road, Unit 7, Bldg 441, Patuxent River, MD 20670-1127 or via email to Sabana.Moore@navy.mil. Submissions must be received at the office sited no later than 1:00 p.m. Eastern Standard Time on 20 April 2006. Questions or comments regarding this notice may be addressed to Sabana Moore via email with REF# N00421-08-R-0037 in the subject line (if proper subject line is not included the email may be accidentally deleted). Any email with questions The Government anticipates release of the electronic RFP around the end of February 2008. The solicitation will be made available on the NAVAIR Home Page at http://www.navair.navy.mil/doing_business/open_solicitations/. This sources sought does not constitute a commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a draft and or solicitation is released it will be synopsized on the Federal Business Opportunities website, located at http://www.fedbizops.gov. It is the potential offerors responsibility to monitor this site for the release of any follow-on information. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Interested small businesses are highly encouraged to submit a capability package as well as any questions, comments, or suggestions. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-08-R-0037/listing.html)
 
Place of Performance
Address: Department of the Navy Naval Air Systems Command APPLIED AERODYNAMICS AND STORE SEPARATION BRANCH (AIR 4.3.2.1) 48110 SHAW ROAD; UNIT 5; BLDG 2187; PATUXENT RIVER MD 20670-1906
Zip Code: 20670-1906
Country: UNITED STATES
 
Record
SN01544029-F 20080329/080327231943 (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  © 1994-2020, Loren Data Corp.