Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

36 -- Fiber Placement Machine

Notice Date
5/31/2011
 
Notice Type
Presolicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893611R0046
 
Response Due
7/11/2011
 
Archive Date
7/11/2012
 
Point of Contact
Benson.Kamau (760) 939-8896 Terri Hand (760)939-8281
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, CA intends to enter into negotiations for a QTY of 1 each Fiber Placement Machine. The Contractor shall be responsible for design, manufacture, and delivery of a multi-axis 4-tow fiber placement machine capable of placing thermosetting resins with fiber to the Composites Lab (the Lab) at NAWCWD China Lake, CA. The Contractor shall oversee installation and setup of the fiber placement machine in the Lab, develop and implement checkout procedures to verify the capability of the machine after installation. The contractor will also train Lab personnel for 1 week minimum at NAWCWD in the proper use of the machine “ to include safety, programming and hardware operation and furnish complete documentation including instruction manuals for the hardware and software, electrical wiring diagrams, mechanical interface drawings and applicable maintenance manuals. The machine must be capable of handling diameters from 1 inch up to 48 inches, flat surfaces, and concave and convex contours. Part length varies from 1 foot up to 10 feet. The machine shall accommodate tooling and parts up to 6000 lb total. It must be capable of handling most commercially available ATL-grade thermosetting resin and fiber systems, including fiberglass, graphite, Kevlar, epoxy, cyanate ester, bismaleimide, and polyimide. These materials may be in slit tape or tow-preg format in 0.250" tow/tape width. The head of the machine shall have a provision for being interchangeable to allow for use of other materials such as thermoplastics and phenolic tapes. The machine must have enough axes of motion to allow for fiber to be placed between 0 degree and 90 degree orientation to the longitudinal axis of the machine. The angle shall be adjustable in 1.0 degree increments at a minimum. The tows must be placed accurately with a tolerance of plus or minus 0.1 degree. The machine must be capable of mid-path fiber steering. The placement head shall be capable of independently feeding and placing up to 4 tows/tapes. The head must be capable of placing material as short as 2.0" in length, up to the entire length of the part (10 feet). The machines must use compaction to help hold the fibers in place with a compaction roller on the head capable of applying up to 200 lb to the part. The machine must have a provision for maintaining some tension on the fiber creels so that fouling of the fiber is avoided. The machine must have a method for tacking in place the composite material. The material does not need to be cured in place, but must hold shape through construction and transfer to an oven or autoclave. The machine must fit into a footprint of 20 feet long by 15 feet deep by 15 feet high. The existing facilities have electrical power available up to 200 Amp 480 VAC/ 3 phase, as well as compressed air at approx. 100 psi maximum and aprox. 500L/minute. The fiber placement machine shall include all control hardware and software. There are two essential pieces of software to be included with the system. First, there must be software to control the fiber placement hardware. The machine shall automatically control material feed rate, compaction roller pressure, quantity of tows, fiber angles, fiber lengths, tacking heat temperature, and machine axis speeds. Software to model fiber placement on the tool / mandrel is also required. The machine must have a method to either generate a model of the part and tool or accept standard CAD/CAM files of parts and tools. The software shall also provide an optimized layup schedule to reduce excessive buildups and minimize gaps. These models must be accurately transferred to the machine control software to maintain the layup pattern. The machine must have interfaces and controls for the operator. There shall be controls for axes, feed rates, tack temperature, compaction pressure, machine speed, and tow enable/disable. There shall also be a display on the machine to show the operator what the machine is doing. The display shall show in real time axial positions, estimated layer completion time, tack temperature, material feed rate, machine speed, compaction load and warnings/errors. There shall be manual control buttons to move axes of the machine outside of a software program running. The machine shall have hard or soft stops to prevent the head from crashing into any part of the frame. There shall also be soft stops to prevent the head from crashing into the tool/part. There must be emergency stops (E-stops) available for an operator to stop the machine from critical locations around the machine. These E-stops shall lock all axes, disable the tacking heat and compaction roller, shut out power to the head and turning chuck and bleed off air pressure. The quotation will be posted on the Navy Electronic Commerce Online Website at http://www.neco.navy.mil and the FEDBIZOPPS website at http://vsearch2.eps.gov/servlet/searchservlet. on or about 6/10/2011. The solicitation will close on or about 7/12/2011. The Department of Defense requires all contractors to register in the Central Contractor Registration (CCR) database to receive any contract award or payment. The CCR website is http://www.ccr.gov. In accordance with FAR 4.1201, prospective contractors shall complete electronic annual representation and certification via the Online Representations and Certifications Application (ORCA) at: http://www.orcabpn.gov in conjunction with required registration in the CCR database. All responsible sources may submit a proposal that will be considered by the agency. Responses must include all information requested in the written Request for Quotation (RFQ). Evaluation for the award will consider, technical capability, past performance/experience, price and other factors providing the best overall value to the government. All responses shall be submitted in writing to the Naval Air Warfare Center Weapons Division, Code 254100D, Attn: Terri Hand/Benson Kamau, 429 E. Bowen Road, Mail Stop 4015, China Lake, CA 93555-6108. Fax or Email responses are not acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893611R0046/listing.html)
 
Record
SN02460653-W 20110602/110531234759-179b9830faaea6c7429276f92da76f48 (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.