Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1999 PSA#2316

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

29 -- DRIVE CONTROL REPLACEMENT FOR EXISTING VARICHRON VARIABLE FREQUENCY DRIVE SOL 3-119134 DUE 041499 POC Michelle A. Mader, Contract Specialist, Phone (216) 433-2765, Fax (216) 433-2480, Email Michelle.A.Mader@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GRC/date.html#3-119134. E-MAIL: Michelle A. Mader, Michelle.A.Mader@grc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for the following items in accordance with the follwing specifications: Replacement Drive Control for an Existing, Govt.-owned Varichron System, qty. 1 ea.; Installation of the Replacement Drive Control, qty. 1 job; Training, qty. 1 job; Documentation, qty. 3 sets. SPECIFICATIONS INTRODUCTION AND BACKGROUND The present drive system is composed of a Westinghouse Varichron variable frequency drive running a dual-winding, 5000 hp synchronous motor with brushless exiter. The motor is coupled to a compressor (fan) and is located in the Icing Research Tunnel (IRT) at the Glenn Research Center. This present system is interfaced with aWestinghouse distributed processor that sends and receives analog and digital signals to and from the Varichron as command and feedback signals. Functionally, the above system operates satisfactorily. The reason that we are seeking a replacement drive system is the obsolescence of its electronic components. OBJECTIVE The Government's objective is to retain as much of the original drive system as feasible while accomplishing the task of eliminating the obsolete electronics of the existing Varichron drive system. The Contractor may choose to make the interface wherever deemed most appropriate. The removal of any existing equipment from the drive system as well as the installation and commission of new equipment will be the responsibility of the Contractor. The Government will dispose of any existing equipment that is removed. In addition, the Contractor will be responsible for performing a detailed system check-out and demonstrating the proposed system's compatibility with the facility's WDPF operating system.EXISTING SYSTEM SPECIFICATIONS The current drive system configuration consists of the Varichron drive, which has two 6- pulse control units (referred to as the delta and wye units), operating in a 12-pulse mode to drive a 5000 hp synchronous motor. The new system need not provide 12 pulse operation as long as stable, reliable operation is achieved. 4000 VAC power is currently supplied to the existing Varichron drive via a General Electric transformer. Dynamic breaking is also currently incorporated and must be part of any new control scheme. The existing system starts in 6-pulse mode, using the delta unit, until a speed of 30 rpm is reached. At this time natural commutation begins and at 40 rpm the slave or redundant drive turns on to achieve 12-pulse operation. A speed pickup is used for feedback up until 40 rpm, when natural commutation begins. At this time zero crossings are used to determine speed. The current ramp rates start at 1 rpm/sec until 30 rpm, then 2 rpm/sec until 45 rpm, then 4 rpm/sec until 460 rpm, which is our selected max speed at this time. Synchronous motor speed is 450 rpm. We have an idle speed of 25 rpm programmed into the Varichron drive and would like to maintain this function. The value of 25 rpm is not set in stone, but we do need to stay within +/- 5 rpm to maintain this necessary "idle" condition. The new drive controller shall have the capability to field adjust both idle speed and ramp rates. The motor's speed is determined by a variable frequency controller using a brushless exciter. The exciter needs to be addressed in the control loop. The power requirements of this exciter are 460V 3 phase, 60 Hz, 75 amps The Varichron is interfaced with our present Westinghouse WDPF distributed processor through the following analog and digital inputs and outputs. Outputs from Westinghouse to the existing Varichron drive system: 1. Fan drive setpoint (delta side A)- 4-20 ma. 2. Fan drive setpoint (wye side B)- 4-20 ma. 3. Fan drive stop command- digital output (current sink) 4. Fan drive start command- digital output (current sink) 5. Fan drive idle command- digital output (current sink) 6. Fan drive manual reset- digital output (current sink) Inputs to Westinghouse: 1. Fan drive motor speed (delta side A)- 4-20 ma. 2. Fan drive motor speed (wye side B)- 4-20 ma. 3. Fan drive VARS- 4-20 ma. 4. Fan drive Watts- 4-20 ma 5. Fan drive rear bearing vibration sensor- 4-20 ma. 6. Fan drive front bearing vibration sensor- 4-20 ma. 7. Fan drive rear bearing overtemp- digital (24V dc) 8. Emergency shutdown- digital (24V dc) 9. Fan motor #2 winding overtemp- digital (24V dc) 10. Fan drive alarm delta B- digital (24V dc) 11. Fan drive local mode delta B- digital (24V dc) 12. Fan drive fault wye B- digital (24V dc) 13. Fan drive running wye B- digital (24V dc) 14. Fan drive ready wye B- digital (24V dc) 15. Fan drive vent fan stopped- digital (24V dc) 16. Fan drive front bearing overtemp- digital (24V dc) 17. Fan motor #1 winding overtemp- digital (24V dc) 18. Fan drive alarm delta A- digital (24V dc) 19. Fandrive local mode delta A- digital (24V dc) 20. Fan drive fault delta A- digital (24V dc) 21. Fan drive running delta A- digital (24V dc) 22. Fan drive ready delta A- digital (24V dc) There is no serial or parallel communication between the current drive controller and the Westinghouse facility process controller. The new system must take into account the limitations of the Westinghouse facility control system with respect to communications as there are no immediate plans to upgrade or replace this system. SCHEDULE The removal of the Varichron drive system and the installation of the new drive control system can begin as early as May 3, 1999 and must be completed by Sept. 30, 1999. TRAINING Within two (2) weeks after the installation and checkout of the new drive control system, the Contractor shall provide one (1) work day of training at the Glenn Research Center for a maximum of six (6) Government personnel on the use and maintenance of the new drive system. DOCUMENTATION Upon completion of the installationof the new equipment, three (3) copies of all pertinent system documents (manuals, drawings, etc) will be delivered to the Government. (END OF SPECIFICATIONS) The provisions and clauses in the RFO are those in effect through FAC 97-10. The SIC code and the small business size standard for this procurement are 3568 and 500 employees,respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, Cleveland, OH 44135 is required by Sept.30,1999. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above may be mailed to the NASA Glenn Research Center, Attn: Michelle Mader, MS 500-305, 21000 Brookpark Rd., Cleveland, OH 44135 by the date/time specified above and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit an offer. Offerors shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: COMPLIANCE WITH VETERANS' EMPLOYMENT REPORTING REQUIREMENTS (FEBRUARY 1999) By submission of its offer, the offeror represents that, if it is subject to the reporting requirements os 37 U.S.C.4212(d)(i.e., the VETS-100 report required by Federal Acquisition Regulation clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 37 U.S.C.4212(d). (End of Provision) If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. Further, the following clauses are incorporated by reference as Addenda to FAR 52.212-4: CLAUSES INCORPORATED BY REFERENCE (52.252-2)(JUN 1988) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. NOTICE: The following clauses are incorporated by reference. FEDERAL ACQUISITION REGULATION (48) CFR CHAPTER 1) CLAUSES 52.204-4 Printing/Copying Double-Sided on Recycled Paper (MAY 1995) 52.215-43 Audit-Commercial Items (OCT 1995) NASA FAR SUPPLEMENT CLAUSES 1852.216-78 Firm Fixed Price (OCT 1988)(See page 1 of contract for price) 1852.219-76 NASA Small Disadvantaged Business Goal (JUL 1991). FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.25-3, 52.225-21, 52.247-64. Offers are due by 3:00pm, local time, Wednesday April 14, 1999 to the identified address shown above, marked with this solicitation number. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 03/31/99 (D-SN314838). (0090)

Loren Data Corp. http://www.ld.com (SYN# 0398 19990402\29-0001.SOL)


29 - Engine Accessories Index Page