Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

59 -- Two Color PLIF System

Notice Date
5/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-08-T-0041
 
Point of Contact
Jeffery W. Pruitt,, Phone: 937-522-4540, Michael A Lovano,, Phone: 937-522-4590
 
E-Mail Address
jeffery.pruitt@wpafb.af.mil, michael.lovano@wpafb.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. No paper copies of this solicitation will be provided. The solicitation number for this requirement is FA8601-08-T-0041 (F4F5AV8066A001) and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13 Simplified Acquisition Procedures. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: CLIN 0001: 1 each: Two Color PLIF System. See specifications and requirements section at bottom. All items are brand name or equivalent. Any Hazardous Materials labels/documentation (if applicable) must be provided by the contractor. Note: All electricity, water, cooling, air are already in place. CLIN 0002: 1 each: Pentium IV Computer; See specifications and requirements section. All items are brand name or equivalent. CLIN 0003: 1 each: Labsmith LC 880 Programmable Experiment Controller with a Labview interface. See specifications and requirements section. All items are brand name or equivalent. CLIN 0004: 1 each: Computer Cabinet; Color: Tan; Length x width x Height: 27 3/4 inches x 30 inches x 57 inches; Steel constructed; Sitting on six (6) wheels seven drawers: (starting at top) Drawer #1, 2 and 3 Specs: 26.5 inches x 26 x 5 divided into 3 equal parts Drawer #4 and 5 Specs: 26.5 inches x 26 x 7 divided into 2 equal parts Drawer #6 and 7 Specs: 26.5 inches x 26 x 8.5 divided into 2 equal parts CLIN 0005: 1 lump sum: Setup, Integration and Training; Contractor is to provide setup integration and training on all items. See specifications and requirements section. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 334513 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2006), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Jan 1999) (The government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: price, past performance, and technical acceptability; with technical acceptability and past performance be significantly more important than price). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-(Mar 2005) (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items-(Sep 2005); FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items-(Apr 2006); FAR 52.219-6, Notice of Total Small Business Set-Aside-(Jun 2003); FAR 52.204-7, Central Contractor Registration (Oct 2003); FAR 52.204-9; Personal Identity Verification of Contractor Personnel-(JAN 2006); FAR 52.222-3, Convict Labor-(Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-(Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities-(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans-(Dec 2001); FAR 52.223-5, Pollution Prevention and Right-to Know Information-(Aug 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration-(Oct 2003); FAR 52.233-1, Disputes-(Jul 2002); FAR 52.233-3, Protest After Award-(Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim-(Oct 2004); FAR 52.237-1 Site Visit (Apr 1984); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.247-4, F.O.B. Destination (Nov 1991); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) http://farsite.hill.af.mil.; FAR 52.252-2, Clauses incorporated by Reference-(Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-3, Alterations in Solicitation (Apr 1984); FAR 52.252-4, Alterations in Contract (Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) is amended in paragraph (b) to add Department of Defense Federal Acquisition Regulation Chapter 2-(Apr1984); FAR 52.253-1 Computer Generated Forms-(Jan 1991); DFARS 252.204-7004, Alternate A-(Nov 2003); 252.204-7003, Control of Government Personnel Work Product-(Apr 1992); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-(Dec 2005); DFARS 252.225-7035 with Alt I, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate (Jun 2006); DFARS 252.225-7036 with Alt I, Buy American Act-Free Trade Agreement-Balance of Payments Program-(Jun 2006); DFARS 252.232-7003, Electronic Submission of Payment Requests-(May 2006); DFARS 252.232-7010 Levies on Contract Payments (Sep 2005); DFARS 252.243-7001, Pricing of Contract Modifications-(Dec 1991); DFARS 252.247-7023 with Alt III, Transportation by Sea (May 2002); AFFARS 5352.242-9000, Contractor Access to Air Force Installations-(Jun 2002); AFFARS 5352.223-9001, Health and Safety on Government Installations-(Jun 1997). AFFARS 5352.201-9101 Ombudsman (August 2005). In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. No telephonic quotes will be processed. All responses must be received no later than 2:00 P.M., Eastern Standard Time on 28 May 2008. Please send any questions and quotes to TSgt Jeff Pruitt at jeffery.pruitt@wpafb.af.mil. You may also call POC at (937) 522-4540. The Contracting Officer on this requirement is Mr. Stuart Shuler and he can be contacted at (937) 522-4560. SPECIFICATIONS & REQUIREMENTS MINIMUM REQUIREMENTS FOR THE TWO COLOR PLIF SYSTEM GENERAL: This specification describes the performance, hardware and services to be provided in conjunction with an advanced laser diagnostic system. The requirement is for a diagnostic system capable of measuring the temperature and species concentrations in reacting flows employing two color pulsed laser fluorescence (PLIF) techniques. The capability will be demonstrated in laboratory flames at AFIT. This system will measure temperature in a reacting flow. The system will have automatic data acquisition and analysis software for the extraction of OH concentration and temperature in unsteady reacting flows. The equipment design shall consider the OSHA and any other applicable specifications and safety standards. 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 integrated, installed and demonstrated on site. The vendor shall also be required to provide training on proper usage of the equipment and all associated software. OVERALL DIMENSIONS: The system will be used in the AFIT combustion laboratory and therefore needs to be integrated into the existing laser diagnostics system mounted on two optics table (one - 5 ft x 12ft, one - 4 ft x 10ft). EXPERIMENTAL FLOW FIELDS: The specified flow field includes a small combustion device primarily interested in hydrocarbon fuel/air combustion with optical access. The measurements for the combustion device include in the exhaust as well as in the combustion zone of the device. Required measurement quantities include temperature and characterizing the flame by measuring the hydroxyl radical at 10 kHz data rates. MINIMUM EQUIPMENT: The following specific testing equipment has been identified in order to perform the required non-intrusive flow characterization. This system will require a tunable narrowband dye laser and control system, frequency conversion units, two high-efficiency UV camera lenses for PLIF signal acquisition and all associated optics, electronics and storage for the equipment. The Minimum System section below details the equipment necessary. This system will be as automated as possible. Control from a dedicated computer system and all associated software will be included with the package. The computer system will also be used for data acquisition and data reduction. MINIMUM SYSTEM: The System shall have the following: 1. Tunable narrowband dye laser and control system with bandwidth of 0.08 cm-1 and capable of 355 nm or 532 nm pumping, frequency doubling for OH PLIF excitation of the 0-1 band at ~284 nm 2. Dye circulation unit consisting of two pumps and two containers 3. Frequency conversion unit with frequency doubling and mixing crystals; the crystals and the unit need to be optimized for ~284 nm laser output 4. Upgrade to frequency mixing system in current equipment with additional crystals for multiple species 5. Ability to perform two color PLIF of multiple species, such as hydroxyl (OH), nitric oxide (NO), acetone, and biacetyl 6. Beam combining optics 7. Filters for suppressing background interferences 8. Electronic synchronization system to ensure proper timing of signal generation and detection 9. User control system for data acquisition 10. Optimized spectroscopic calibration for various operating temperatures in multiple molecules, such as OH and NO 11. Calibration of temperature for PLIF of hydrocarbons 12. Data processing algorithms to enable pixel-by-pixel imaging matching and corrections for aberration 13. Data processing algorithms to correct for fluorescence quenching, absorption, re-absorption, and Boltzmann fraction variations 14. On-site comparison with calibration flame validated with Coherent Anti-Stokes Raman Spectroscopy (CARS) measurements 15. Two high-efficiency UV camera lenses for PLIF signal acquisition. The lenses will consist of f/3.8, 78 mm multi-element lenses, which are optimized to provide minimal chromatic aberration for a range of wavelengths from the UV to visible. These lenses should be 30% more efficient than the conventional UV camera lens. 16. A Pentium IV (or equal) dual core desktop PC with 2 GB of RAM, CD/DVD R/RW, and 500 GB of hard drive space will be provided along with a 20" wide screen monitor. A Labsmith (or equal) LC880 Programmable Experiment Controller with a Labview interface to provide overall system timing and control. The Labview interface will also be used to automate data collection with an integrated image processing system, providing tools for imaging matching, calibration, background subtraction, and normalization. 17. One cabinet consisting of 7 drawers each with multiple divider for storing optical components and mounts: Overall dimensions: Length x width x Height: 27 3/4 inches x 30 inches x 57 inches; Steel constructed; Sitting on six (6) wheels; Color: Tan; seven drawers: (starting at top) Drawer #1, 2 and 3 Specs: 26.5 inches x 26 x 5 divided into 3 equal parts Drawer #4 and 5 Specs: 26.5 inches x 26 x 7 divided into 2 equal parts Drawer #6 and 7 Specs: 26.5 inches x 26 x 8.5 divided into 2 equal parts SETUP, INTEGRATION AND TRAINING: The quote will include on site setup and integration of the system at the Air Force Institute of Technology at Wright Patterson AFB, OH. The contractor will also provide training on the proper safety and use of the system in an identified flow field. The supplier will also provide at least 10 weeks of onsite support to configure, setup, reconfigure and maintain the laser diagnostic system. 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. OPERATION AND MAINTENANCE MANUAL: Contractor is required to provide all Operation and Maintenance Manuals. The manuals will consist of the following:... Electrical drawings.... Major component vendor literature.... General arrangement drawing or descriptive literature.... Calibration instruction.... Operating instruction. EXISTING FLAME CALIBRATION SYSTEM IN THE COAL LAB: Flame Creation • Hencken burner used to create known premixed flame conditions using various fuels. Known equilibrium concentrations can be calculated for OH, NO, or CH using STANJAN equilibrium software • Flow control to the calibration flame is provided by MKS ALTA digital mass flow controllers for production of flames at any equivalence ratio. Accuracy of flow controllers is 1% of set point between 20%-100% of max flow. • Calibration of flow is performed using a BIOS International Corporation Definer 220-H Flow meter. Laser System for Calibration • Pump beam provided by Quanta-Ray PIV-Series dual pulsed Nd:YAG laser. Laser power is 400mJ at 532nm. • Continuum ND6000 narrow-band dye laser used to create tunable UV output to excite the desired diatomic molecule of interest. Wavelength selection is done using LIFBASE software. Grating option allows for.05cm-1 linewidth. Image Acquisition • UV fused silica optics used for creation of desired laser sheet, along with 2" UV optics and filters for fluorescence collection. • PI-MAX2 1024 X 1024 ICCD camera from Princeton Instruments used for collection of fluorescence signal. Gen III intensifier with QE>50% is coupled to camera to allow for gating of signal for reduction of flame emissions. Coverage of the imaging intensifier spans from UV to NIR wavelengths for fluorescence collection of various species. • Princeton Instruments Programmable Timing Generator (PTG) allows for software control of gate delay and pulse widths for acquisition.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=195f645f13d58746c2e85e3a39ab5c17&tab=core&_cview=1)
 
Place of Performance
Address: Ship to address is:, AFIT/ENY, 2950 HOBSON WAY, ROOM 317, WRIGHT-PATTERSON AFB, Ohio, 45433-7765, United States
Zip Code: 45433-7765
 
Record
SN01577194-W 20080522/080520222242-195f645f13d58746c2e85e3a39ab5c17 (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.