Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOURCES SOUGHT

66 -- Laser Shearography System

Notice Date
9/28/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBFQ1235A002(ss)
 
Archive Date
10/22/2011
 
Point of Contact
Stephanie E. Roberts, Phone: 9375224527
 
E-Mail Address
stephanie.roberts@wpafb.af.mil
(stephanie.roberts@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing one (1) Laser Shearography system. Contractors responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the Laser Shearography system are as follows: 1. Scope: This product specification covers the minimum performance and technical requirements of a shearography inspection system for Nondestructive Inspection (NDI) of composite structures of laminate and/or sandwich construction. The structures to be inspected can vary in size and complexity. The system will be used in a military maintenance environment, which may be at fixed military bases or deployed to austere forward operating locations. 2. Classification: The system described in this product specification is classified as a complete shearography inspection system, employing a thermal excitation method, state of the art non-contact shearography camera, four laser diode emitting system, and associated software necessary to nondestructively inspect select composite airframe structures. 3. System: Shearography inspection systems described in this specification shall include: 3.1 Shearography camera 3.2 Laser illuminator 3.3 Thermal excitation system 3.4 Tripod 3.5 Ruggedized Workstation 3.6 Software 3.7 Shipping Containers 4. Requirements and Salient Characteristics: 4.1. The Shearography System 4.1.1. Performance. The shearography system shall be capable of detecting an engineered defect of one inch diameter round peel ply from the front side of a 16 inch by 16 inch carbon fiber/epoxy matrix composite coupon with a ply schedule as shown in Figure 1 in a single shot. The shearography system shall also be capable of detecting an engineered defect of one-half inch diameter round peel ply from the front side of a 16 inch by 16 carbon fiber/epoxy matrix composite inch coupon with a ply schedule as shown in Figure 2 in a single shot. 4.1.2. Ply # Material Angle Thickness (inches) Front 1 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 2 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 3 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 4 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 5 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 Defect Honeycomb Core 0 0.75 6 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 7 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 8 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 9 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 Back 10 Carbon Fiber/Epoxy Woven Prepreg ±45 0.017 Figure 1 - Ply Schedule Ply # Material Angle Thickness (inches) Front 1 Carbon Fiber/Epoxy Woven Prepreg ±45 0.01 2 Carbon Fiber/Epoxy Woven Prepreg ±45 0.01 Defect Honeycomb Core 0 0.25 Back 3 Carbon Fiber/Epoxy Woven Prepreg ±45 0.01 Figure 2 - Ply Schedule 4.1.2 Portability. Able to be assembled/disassembled and stored for operation/shipment within 15 minutes/by 1-2 personnel 4.1.3 Inspection area. Shall be capable of inspecting a minimal area of 14" x 10" and up to 27" by 27" when processing as a single image. 4.1.4 Foreign Object Damage. The unit shall be designed to prevent loss of components, which could generate foreign object damage to aircraft or engines. 4.1.5 Environmental Conditions. 4.5.1 Operating Conditions. The unit and accessories shall perform to the specification in this description throughout temperatures from 15 to 120 degrees Fahrenheit at 95 % relative humidity and from sea level to 7280 feet above sea level. The system should be able to operate during the daytime with ambient light. 4.2 Hardware 4.2.1 Shearography camera. 4.2.1.1 Digital CCD camera, 16-bit image depth. 4.2.1.2 27" x 27" field of view. 4.2.1.3 1392 x 1040 pixel image 4.2.1.4 Phase stepping shearing optics 4.2.2 Laser illuminator 4.2.2.1 Four Laser Diodes, 50 mW 4.2.3 Thermal excitation modes (Two High Intensity Light Sources) 4.2.3.1 Automated control of heat source 4.2.3.1Manual control of heat source 4.2.4 Tripod 4.2.4.1 Mounting hardware for camera, laser, and thermal excitation components 4.2.4.2 Portable. 4.2.5 Ruggedized Workstation 4.2.5.1 Portable. 60 lbs max weight 4.2.5.2 Computer 4.2.5.2.1 Ruggedized housing 4.2.5.2.2 1.5GHz dual core, 2GB Ram, 250GB Hard Drive 4.2.5.2.3 CD/DVD-RW drive 4.2.5.2.4 Three USB ports 4.2.5.2.5 Keyboard, mouse 4.2.5.2.6 15" inch sunlight readable color monitor 4.2.5.3 Key Start for Laser 4.2.6 Ruggedized Containers 4.2.6.1 Hard cases to accommodate computer, camera and all electronics/cables. Hard shell case shall have with rollers and a collapsible handle. 4.3 Software 4.3.1 Compatible with Windows Vista and/or Windows 7 4.3.2 Shall control acquisition and storage of digital data 4.3.2.1 Ability to preset and automate inspection parameters 4.3.2.2 Capable of import, export, and appending data in multiple formats to allow evaluation of data on shearography system (i.e. proprietary format) as well as visual display of data in raw and post-processed forms (i.e. jpg, bmp, tiff, gif) 4.3.3 Operation modes shall include 4.3.3.1 Real-time Phase Display (4x4 Phase Stepping) and Unwrapping 4.3.3.2 Excitation triggering for heat source 4.3.3.3 Individually adjustable laser power 4.3.3.4 Adjustable camera settings 4.3.3.5 Live image display 4.3.3.6 User definable Reference image 4.3.4 Data analysis 4.3.4.1 Filters 4.3.4.2 Vertical/Horizontal Line Profiles 4.3.4.3 Image Annotation 4.3.4.4 Wrapping/Unwrapping Image 4.3.4.5 Color Palettes 4.3.4.6 Image Scaling 4.3.4.7 Plot Surface 3D 4.3.4.8 Automatic Object Calibration 4.3.4.9 Defect Sizing 5. Documentation. One copy of the commercial operation and maintenance instructions shall be shipped with each item. Two paper and two electronic copies of the operation and maintenance instructions (above), illustrated parts breakdown, diagnostics, and servicing instructions, shall be sent to the Contracting Officer for delivery to the Equipment Specialist and cognizant Engineer. 6. Warranty. Specify the terms included in commercial warranty. 7. Installation, Training, and Set-Up of System. 2 days of in-depth training in the shearography system operations and applications (at WPAFB) for 5 personnel. Training shall include theory, operation, technique development, safety, troubleshooting, and system maintenance. 8. Acceptance Testing. Final acceptance testing will be conducted at AFRL/RXSA to ensure above specification requirements are met. All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334516. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: stephanie.roberts@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Stephanie Roberts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 8:00 a.m. Eastern Standard Time, 7 October, 2011. Direct all questions concerning this acquisition to Stephanie Rberts at stephanie.roberts@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBFQ1235A002(ss)/listing.html)
 
Place of Performance
Address: 2179 12th St, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02596907-W 20110930/110929000857-c2f16d2f98c2438762f354073c3af01f (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.