Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
MODIFICATION

66 -- Controller for ERDC-CERL Four Actuator Load System

Notice Date
1/28/2016
 
Notice Type
Modification/Amendment
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE CERL, Champaign, 2902 Farber Drive, P O BOX 9005, CHAMPAIGN, Illinois, 61826-9005, United States
 
ZIP Code
61826-9005
 
Solicitation Number
W9132T-16-T-0030
 
Archive Date
2/19/2016
 
Point of Contact
Angela Holcomb, Phone: 2173733372
 
E-Mail Address
Angela.D.Holcomb@usace.army.mil
(Angela.D.Holcomb@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
3The United States Army Corps of Engineers (USACE) Engineering Research and Development Center - Construction Engineering Research Laboratory (ERDC-CERL) in Champaign, IL has a requirement for a new multi-axis control system controller for the existing hydraulic test system at ERDC CERL. ERDC CERL maintains a structural testing capability including a structural load floor and strong wall for conduction static testing of large structures for both military and civilian applications. This capability requires a functional multi-axis controller. The specific requirement of the Four (4) channel controller for Existing ERDC-CERL Actuator Load System are as follows: 1). The controller shall control four (4) existing ERDC-CERL actuators. 2). The controller purchased under this contract shall interface with the interface box connector defined in the Instron FastTrack 8800 Retrofitted Materials Test Control System, Manual # M21-10009-EN, Figure 4.1. 3). The controller shall further interface with all existing cabling, linear variable differential transducers (LVDTs), load cells, servo-valve control and manual controls. 4) The controller shall be compatible with the existing ERDC-CERL CGS Lawrence Hydraulic controls for the ERDC-CERL pumps and manifolds. 5) Prior to their bid, the contractor shall inspect the ERDC-CERL actuators and supporting hardware, and shall define the existing components of this load system. Their inspection should include the assessment of existing Instron Console and WaveMatrix Dynamic Testing software. The findings of this inspection shall take form the basis of the existing system, over the description in these requirements. The contractor shall ensure that their controller is supplied and installed with all necessary supporting hardware and software to ensure compatibility and result in a functional four actuator load system. 6) The contractor shall install the new controller, shall connect it to the existing ERDC-CERL actuators and other components, to result in an operating four actuator load frame. They shall demonstrate operation and train ERDC-CERL staff in the operation and maintenance of the functioning system. ERDC-CERL will assist the contractor with the operation of the ERDC-CERL overhead crane for installing the actuators on their load frame at ERDC-CERL. ERDC-CERL intends to award a purchase order on a sole source basis to Illinois Tool Works Inc. / (DBA) Instron Corporation in accordance with FAR 13.106-1(b)(1). Market research indicates that Illinois Tool Works Inc. / (DBA) Instron Corporation is the only source for this requirement due to compatibility issues of the controller system and related software. The associated North American Industry Classification System (NAICS) code is 333995 which has a size standard of 500 employees. This is not a small business set aside. This Notice of Intent is not a request for competitive quotations; however interested parties may identify their interests and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will be in any way alter the Government's acquisition strategy. Please provide responses to this notice no later than 4 Feb 2016, at 12:00 pm, Central Time, to: Angela.D.Holcomb@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/330/W9132T-16-T-0030/listing.html)
 
Record
SN04003068-W 20160130/160128234012-1c27ed734002526ea69983ba40bd145b (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.