Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOLICITATION NOTICE

66 -- Shock Tester

Notice Date
8/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-R-0478
 
Response Due
8/25/2008
 
Archive Date
10/24/2008
 
Point of Contact
Michael Fusco, 309-782-6601
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for proposal (RFP) W52H09-08-R-0468. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-25. This solicitation is issued on a Full and Open competition basis and all responsible sources submitting a quotation will be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The NAICS code for this solicitation is 334519 and the size standard is 500 employees. DESCRIPTION OF ITEMS/STATEMENT OF WORK 1.Purpose. The government has a requirement to purchase 1 each, Shock Tester. A Shock Tester is used to subject test articles to high magnitude, short duration shocks. 2.Size. The shock tester dimensions shall not exceed 5 feet wide, 13 feet long and 7 feet tall in standby mode and shall not exceed 9 feet in height during operation (payload not counted). 3.Requirements. The desired Shock Tester shall have the following capabilities: "Generate half-sine shocks with the capability to be upgraded to generate sawtooth and square wave shocks. "Generate vertical and horizontal shocks by way of a rotator/trunion. "A payload capacity of at least 500 pounds. "Maximum velocity with 500 pound payload shall be at least 300 inches per second in both horizontal and vertical modes. Maximum velocity with no payload shall be at least 400 inches per second. "A 30 inch by 30 inch horizontal mounting surface for vertical mode testing and 30 inch by 30 inch vertical and horizontal (L-Shaped) mounting surfaces for horizontal mode testing. All three mounting surfaces shall provide 1/2 inch -13 NC threaded inserts arranged in the following pattern. The inserts on each surface shall be arranged in a 4 inch x 4 inch grid as well as a circular pattern with an insert in the center, 4 inserts on a 4 inch diameter, 8 inserts on an 8 inch diameter, 8 inserts on a 12 inch diameter, and 8 inserts on a 16 inch diameter for a total of 65 bolt inserts per mounting surface. See drawing dated 5 June 2008. Send e-mail to mike.fusco@us.army.mil to request a copy of this drawing. "Shall be controlled by a desktop PC running Windows OS. The contractor supplied PC shall control all aspects of operation including start/stop, drop height, charge pressure, brakes, drop initiations, cycle count, data acquisition, and report generation. The PC shall be equipped with the appropriate hardware to allow for the capturing of up to 4 channels of test data. One accelerometer and cabling shall be provided. The accelerometer shall be appropriately sized to allow for the capture of the full range of shocks specified herein. All cabling shall be sufficiently long to allow the computer system to be placed a minimum of 10 feet from the shock tester. The contractor supplied control software shall allow for the capturing, storage and retrieval of all 4 channels of test data (full wave forms not just analysis results). Generated reports shall provide summarized information (pulse width, peak G, velocity change, etc) for all the shocks in a test sequence as well as the ability to display individual test sequence graphs. The data acquisition hardware shall have the capability to sample signals up to 20 kHz. The data acquisition hardware shall be equipped with the appropriate filtering to prevent signal aliasing. "Isolation system that requires no special seismic mass or modifications to existing concrete floor. "Generate shocks with the full payload capacity that range from 3 milliseconds in duration with a magnitude of 35 - 400Gs to 10 milliseconds in duration with a magnitude of 10 - 120Gs to 60 milliseconds in duration with a magnitude of 2 - 20Gs. Shock Tester pulse duration shall be controlled by rubber pads (Programmers) varying in thickness and Durometer to achieve the desired results. "Equipped with appropriate safety equipment (warnings signs & lights, shields, etc) to prevent operator injuries. "Braking system to prevent rebound shocks. 4.Power Requirement. Standard 110VAC, 60 Hz outlet(s) and 90 PSI compressed air fed through piping. 5.Programmers. The Shock Tester shall come with two programmers created specifically to test a 110 pound payload (approximately, exact weight to be provided at time of construction) with a 100G shock of 3 millisecond duration and a 40 pound payload (approximately, exact weight to be provided at time of construction) with 50G and 80G shocks of 8 millisecond duration. Additionally, the contractor shall provide a half-sine kit that includes an assembly of rubber pads that are 0.0625 inches and 0.125 inches in thickness and have Durometers of 30, 50, 70 and 90. 8 rubber pads in total will be supplied as well as 4 felt pads. 6.Set Up/Training. The contractor shall provide onsite set up and checkout as well as onsite familiarization training of the device and accessories. Training shall cover installation, calibration, and maintenance. Training will be conducted at Rock Island Arsenal, Rock Island, IL 61299. 7.Packaging. The system shall be packaged according to best commercial practices and marked for delivery to the following: ECBC Rock Island AMSRD-ECB-END-S Building 131 Rock Island, IL 61299-7390 The system shall be required for delivery within 120 days after contract award. Training shall be coordinated within 120 days after receipt of the system. Delivery is FOB Destination. PROVISIONS AND CLAUSES REQUIRED BY THIS SOLICITATION 52.247-34 FOB Destination 52.247-35 FOB Destination, within consignees premises 52.247-48 FOB DestinationEvidence of Shipment 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions Commercial Items 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, Central Contractor Registration 252.225-7002 Qualifying Country Sources as Subcontractors 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report 52.212-5 Contract Terms and Conditions Required to Implement Statutues or Executive Orders Commercial Items (the following clauses within this clause apply: 52.203-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-33) 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders applicable to Defense Acquisitions of Commercial Items (the following clauses within this clause apply: 52.203-3, 252.225-7001, 252.225-7012, 225.232-7003, 252-243-7002, 252.247-7023, 252.247-7024) 52.212-1 Instructions to Offerors Commercial Items Award shall be made to the lowest price offeror who meets all of the requirements of the statement of work. All quotes and questions are requested to be sent by Close of Business 20 August 2008 to Michael Fusco, AMSTA-LC-SBK, Rock Island Arsenal, Rock Island, IL 61299, mike.fusco@us.army.mil, fax 309-782-4721, phone: 309-782-6601.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=94628253b405f28ca23711e5536057dc&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN01630337-W 20080806/080804222012-94628253b405f28ca23711e5536057dc (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.