Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

36 -- Motor Drive Controller

Notice Date
8/2/2010
 
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 Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-10-T-0301
 
Point of Contact
Francine L Keys, Phone: (301) 757-9057
 
E-Mail Address
francine.keys@navy.mil
(francine.keys@navy.mil)
 
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: proposals are being requested and a written solicitation will not be issued. Solicitation N00421-10-T-0301 is being issued as a Request for Quotation (RFQ). The applicable North American Industry Classification System code is 334513. Offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.ccr.gov/vendor.cfm. The government intends to solicit on a competition bases under the authority of FAR 13.106-1. This notice is a request for competitive RFQ. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capability statements received by 9:00 A.M. Eastern Standard Time, August 12, 2010, will be considered by the government for the purpose of determining a competitive procurement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the RFQ. The Government reserves the right to process the procurement on a sole source basis based upon review of the responses received. The Government will not pay for any information received. The firm fixed price contract line item numbers are CLIN 0001:motor drive controller, Qty 1 each, CLIN 0002: HMI option, Qty 1 each, and CLIN 0003: Encoder option, Qty 1 each CLIN 0004, Installation. Motor Drive Controller Statement of Work PID 1300170525 1.0 Scope The Contractor shall provide a motor controller for a 300 Horsepower (HP) Direct Current (DC) motor to include manuals, delivery, installation and warranty as detailed within this Statement of Work (SOW). 1.1 Background The Naval Air Warfare Center - Aircraft Division (NAWCAD) has a requirement to upgrade the motor controller for a 300 HP motor used at the Power and Propulsion Department, Electrical Systems Laboratory (ESL). This will be used in a complete drive stand system that includes the motor, controller, load bank and hydraulic supply. The ESL is a testing facility that consists of numerous test areas that are designed to evaluate electrical power generation, battery and power conversion systems, electrical power distribution systems, electrical power quality, electrical starting and emergency electrical power systems. The 300 HP Output Drive Stand will be used in the ESL for qualification testing of new and refurbished generators of all aircraft in the Navy fleet. The drive stand will also be used to drive shafts and gearboxes from aircraft to simulate operational use. 2.0 Requirement The Government requires one (1) each (EA) 300 HP motor controller that must meet the below stated minimum requirements: 2.1 Motor Controller Features The motor controller will be required to meet the following requirements: a) 32 bit controller b) Full wave digitally controlled motor armature c) Full wave digitally controlled motor field d) Speed regulation to 0.01% when used with provided digital tachometer e) All parameters set and stored in non-volatile memory f) No jumpers g) Each drive contains a non-volatile fault FIFO memory h) Flash programmable read only memory to allow future software features to be loaded directly to each drive without removing proms or other components i) Circuit Breaker rated for 600 amps continuous and 65KA interrupt rating j) Drive capable of 150% current overload for 1 minute k) Motor blower starter l) Overvoltage relay m) Signal conditioning relays n) Blower ventilation with filters for cabinet o) Adjustable proportional and integral (PI) gains p) Adjustable notch filter q) Adjustable inertia compensation r) Taper current limit by speed/motor temperature s) Tachometer redundancy t) Tachometer loss protection u) Over speed protection v) Zero speed detection w) Stall protection x) Speed reference master/slave mode y) Digital increase/decrease inputs with adjustable rates z) Forward/reverse direction capability and control aa) Separate stop deceleration rate for emergency shutdown bb) Minimum/maximum speeds and draw limits cc) Maximum of 3 millisecond digital armature control loop dd) Maximum of 9 millisecond speed regulator loop ee) Maximum of 17 millisecond tension regulation loop ff) Drive will contain built in self test program to automatically check components and internal cables each time power is applied gg) Connectors will be keyed to ensure they are installed correctly hh) Transformer isolation for tachometer outputs ii) Minimum of four electrical and mechanical relays for digital outputs jj) Ethernet capability on all drive systems kk) Incoming AC line fuses built into drive ll) AC control power fuses built into drive mm) Electrical and mechanical relays for E-stop, E-stop reset and drive "okay" outputs nn) DC power supply circuitry for all digital modules oo) Self-test of armature bridge SCR's pp) Backwards compatibility for parts for a minimum of 10 years guaranteed 3.0 Existing Equipment The following equipment will be used with the new 300HP motor controller with exception to the tachometer. The tachometer is only listed to provide information for a direct replacement to the existing product. 3.1 Description of Existing 300HP Motor The following is a list of specifications for the existing motor that the new controller will be required to operate: a) 300 HP Westinghouse b) 650/1790 RPM c) 482 Amps d) 500 Volts e) Sh. Field Amps 16.4/4.2 f) Sh. Winding g) Sh. Field Amps at 25°C is 8.67 h) C° Rise 70 i) Enclosure DPGFV j) Duty 24 Hrs. k) Ser. Factor 1 l) Type Sep Exc. At 180 m) Brig Style n) Frame 687 Asy o) Style 69F96827 p) Dr. End 1297124 q) Comm. End 1449768 r) Serial 2S-69 3.2 Description of Existing Gearbox The existing gearbox ratio is set to 1:6.15. 3.3 Description of Existing Tachometer The following is a list of specifications for the existing tachometer that the new controller will be required to operate with. A new tachometer will be required for the motor controller, but will need to be a direct replacement for the following specifications: a) General Electrical Permanent-Magnet Tachometer Generator b) Model - 5BC46AB1570B c) RPM - 1000 d) Volts - 50 e) No Load Test RPM - 1800 f) GEJ - 1024 g) Time Rating - Continuous h) Max Ambient Temp - 65°C 3.4 Description of Existing Load Bank The following is a list of specifications for the existing load bank that the new controller will be required to operate with: a) Avtron Model T103 Load Bank b) Part No. A18818 c) Ser. No. 56 d) 123KW e) 93KVAR f) 3 Phase g) 400 Hz h) 115/200 Volt 3.5 Description of Existing Hydraulic Supply The following is a list of specifications for the existing hydraulic oil supply that the new controller will be required to operate with: a) Avtron Model H169 Hydraulic Oil Supply b) Part Number A32508 4.0 Remote Digital Control Console The remote digital control console needs to be capable of operating the 300HP motor from a remote console in different room separated by a wall. This will be a distance no greater than 50 feet from the motor controller. The control console will have all digital controls and at a minimum be capable of controlling the speed, acceleration and deceleration rate and over-speed set point. The remote control console will have an operator's screen that is a minimum of 10 inches measured diagonally. 5.0 Tachometer The new tachometer will be required to operate and mount to the existing motor. The tachometer will be required to be digital and operate with the motor controller to regulate the output drive speed to 0.01%. 6.0 Protective Functions 6.1 Overview A number of protective functions shall be provided to prevent damage to the test stand. The operator shall always be notified and a failure displayed on the screen when a protective function is executed by the system. Any of the protective functions listed in Section 6.0 shall display this faulted message. When a fault is observed and a drive shutdown is required, one of two shutdowns shall occur, which are listed below. a) A coast shutdown shall remove all motor power and allow the system to come to a stop without any active control. The hydraulic oil supply shall remain powered during this shutdown until 0RPM in order to protect the UUT. b) A controlled shutdown shall drive the system to a stop at a specified RPM/second, and then remove power to the motor. 6.2 Remote Controller If the remote controller Power-up Self Test fails, the drive will not be allowed to start. There shall be a type of watchdog circuit implemented on the control system. If power were to be lost or the control were to "lock up", losing communication to the drive stand, the emergency stop circuit shall be energized in order to take power away from the entire system. The control system shall also have an uninterruptible power supply (UPS) available with an on/off switch at the front of the control panel in order to supply power for a minimum of one hour to the control used for the test stand if power were to be lost. 6.3 Power Supply The Drive Controller shall initiate an immediate drive coast shutdown if it detects a drive fault, such as phase loss, tach loss or field loss. 6.4 300 HP Motor The protective functions that directly protect the motor shall be as follows: a) Motor Over Temperature Switch - when detected, the Drive Controller shall immediately initiate a coast drive shutdown. b) Motor Over Speed - when detected, the drive controller shall immediately initiate a coast drive shutdown. c) Over Acceleration - when measured, the drive controller shall immediately initiate a coast drive shutdown. 6.5 Gearbox Protective functions that directly protect the gearbox shall be as follows: a) Low gearbox pressure switch - when detected, the drive controller shall initiate a coast drive shutdown. b) High gearbox temperature - when measured, the drive controller shall initiate a coast drive shutdown. 6.6 Load Bank Protective functions that directly protect the load bank are as follows: a) Airflow fault switch - upon detection, the resistive loads shall be immediately removed by the hardware and the drive controller shall initiate a coast drive shutdown. b) Over Temperature switch - upon detection, the resistive loads shall be immediately removed by the hardware and the drive controller shall initiate a coast drive shutdown. c) Over voltage fault signal - upon detection, the load contactor shall be opened, removing the load from the UUT and the drive controller shall initiate coast drive shutdown. 7.0 Facility 7.1 Space Available The following Government pad/site facilities are available to the contractor, if needed, to perform the requirements of the contract: a) Motor Controller Cabinet - An area with the maximum dimensions of 36" (W) by 24" (D) by 90" (H) is available for the motor controller cabinet. b) Remote Control Console - this digital control will be required to fit inside a 19" rack mounted console. The console will be limited to a maximum height of 20" within the console. 7.2 Electric Capability 60 Hz, 480 V, 3 Phase, 600 Amps is available. 8.0 Other Terms and Conditions 8.1 Kickoff/Requirements Review Meeting Upon award of the final contract, the contractor shall have a meeting with the customer to discuss the layout and installation of the 300HP motor controller. 8.2 Illustrations/Manuals All schematics, drawings, vendor licenses and documentation shall be included with the delivery of the 300HP motor controller. This shall also include manuals for the hardware, both in hard copy and electronic (PDF, MS-Word, or HTML) formats. 8.3 Installation, Acceptance Testing and Training 8.3.1 Installation The Contractor shall supply a method and personnel for the complete installation of the 300HP motor controller on-site at Patuxent River, MD. NAVAIR shall remove all equipment and materials that are currently in place to provide room for the contractor. The equipment and materials that will remain in place are as follows: a) Power cabling for 300HP motor. b) Power cabling for input circuit breaker to motor controller system. c) All control wiring to the hallway for the existing remote control console. d) All wiring associated with the existing load bank. 8.3.2 Verification and Testing The contractor shall verify and test to make sure all equipment is installed and working correctly. 8.3.3 Support The contractor shall provide a service hotline at no cost to NAVAIR for support 24/7/365. 8.3.4 Training The contractor shall include a demonstration of the drive stand and control console and instructions on how to operate and use all functions. 8.3.5 Delivery All large equipment shall be delivered on pallets in order to be moved by a fork lift with a maximum lift rating of 20,000 lbs. to be supplied by NAVAIR. All equipment shall be delivered to the following address: 48298 Shaw Road, BLDG 1461 Patuxent River, MD 20670 8.4 Standard Warranty The vendor shall include a one (1) year standard warranty. Inspection and Acceptance shall be at destination. The contractor shall extend to the Government, full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract will take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. The clause at 52-212-1, Instructions to offerors-Commercial Items, (JUN 2008) is incorporated by reference and applies to this acquisition. The provision at 52-212-2 Evaluation-Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate to determine that the price is fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered, i.e., a copy of current catalog, invoices for the same services, etc. Each offeror shall include a completed copy of paragraphs (j) of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications - Commercial items (JUL 2009) if the offeror has completed the annual representatives and certificates electronically at http://orca.bpn.gov., with its quote. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of the provisions. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (MAR 2009) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (JUN 2009) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129), 52.232-33, Payment by Electronic Funds transfer - Central Contractor Registration (31 U.S.C. 3332). Additionally, each offeror shall include a completed comply of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications- Commercial Items (JUN 2005). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 Buy American Act - North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). The DFARS clause t 252.204-7004 required Central Contractor Registration Alt A (SEP 2007) is incorporated by reference. Quotations are due to Francine Keys, Purchasing Agent, Naval Air Warfare Center Aircraft Division, Building 441, 21983 Bundy Road, Patuxent River, MD 20670, either by e-mail at francine.keys@navy.mil or by fax at (301) 757-8959 by 9:00 A.M. Eastern Standard Time, August 12, 2010. Questions regarding this notice should be addressed to Francine Keys by e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-10-T-0301/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20602, United States
Zip Code: 20602
 
Record
SN02226248-W 20100804/100802235717-8a26020f9768c438de9a6ee65aba9d07 (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.