Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

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

66 -- UNIAXIAL TEST SYSTEM SOL RFQ3-152163 DUE 071900 POC Ronald L. Matthews, Contract Specialist, Phone (216) 433-2766, Fax (216) 433-2480, Email Ronald.L.Matthews@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ3-152163. E-MAIL: Ronald L. Matthews, Ronald.L.Matthews@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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government is interested in procuring 1 each, Uniaxial Test System consisting of 55 Kip Load Frame and Analog controller that shall be in accordance with the attached specifications: B. Description/Specification/Work Statement Item 1, SERVO-HYDRAULIC UNIAXIAL TEST SYSTEM 1. Terms 1.1 The servo-hydraulic uniaxial test system shall be referred to as "the system" throughout these specifications. 2. General Operating Environment and Conditions 2.1 The system shall be capable of performing fatigue crack growth tests on superalloy specimens. 2.2 The system will be located in a laboratory that has a central 3000 psi hydraulic oil supply. The system will not need individual hydraulic pumps and associated heat exchangers. 2.3 The laboratory is equipped with personal computer systems for real-time control and data collection. The system shall provide proper input and output connections for interfacing with these computers 3. Loading Unit 3.1 General 3.1.1 The Contractor shall supply one loading unit. The loading unit shall consist of a load frame, an actuator, load, strain and stroke measurement transducers. 3.1.2 The loading unit shall be capable of imposing tension/compression forces of at least 150,000 pounds and displacements of at least 12 inches on a load frame that is rated in excess of 150,000 pounds. It shall be capable of imposing a total axial strain range of 2% (1 1% strain amplitude) on the test section of a specimen at a cyclic frequency of at least 2 Hz. 3.1.3 The unit shall be free standing for installation on a standard concrete floor. It shall not require structural floor modifications. 3.1.4 The servo-valve shall accept a standard 1 50 mA current signal as excitation. 3.1.5 The alignment of the loading unit shall be such that bending strains are less than 5% of the mean strain. 3.2 Load Frame 3.2.1 The load frame shall have a spring rate of not less than 1.5 million lbs./in and shall consist of two smooth columns with a fixed lower platen and a variable position crosshead. It shall be possible to position and lock the crosshead using hydraulic means. 3.2.2 The horizontal spacing between the columns shall be at least 21 inches. 3.2.3 All components producing or experiencing the loads shall be fatigue rated in excess of 108 cycles. 3.2.4 The actuator rod shall provide a minimum of five (5) inch stroke travel and shall have a minimum diameter of 2.75 inches to meet lateral stiffness requirements. 3.2.5 The actuator shall have an hydrostatic bearing to provide high lateral stiffness with no dead band. 3.2.6 The actuator design shall be such that the top end cap is formed by the lower platen of theload frame. 3.3 Measurement Transducers 3.3.1 An AC stroke transducer shall be provided with a range equal to the stroke specified in Section 3.2.5. 3.3.2 The load transducer shall have a small profile to minimize the length of the load train. The DC load transducer shall meet the following operational specifications: A. Non?linearity, less than 0.15% of full scale. B. Hysteresis, less than 0.15% of full scale. C. Zero shift due to temperature, less than 0.0025% of full scale per 0F. D. Sensitivity shift due to temperature, less than 0.003% of reading per 0F. E. Repeatability less than 0.05% at full scale. F. Compensated temperature range of +70 0F to +150 0F. G. Usable temperature range of ?50 0F to +200 0F. H. Compatible with the conditioner described in section 6.3.1. I. Fatigue rated in excess of 108 cycles. 3.3.3 The elevated temperature strain transducer will have the following characteristics: A. Non-linearity less than 0.15% B. Hysteresis less than 0.10 % C. Usable temperature range of 700F to 20000F. D. 1.0" gage length E. Quartz or alumina extension rods will be supplied with the extensometer. F. Column mounting bracket for the extensometer 3.4 Fluid Control Manifold and Accumulators 3.4.1 A fluid control manifold shall be provided, having a flow capacity commensurate with the requirements of the servo-valve. The fluid control manifold shall be mounted on the actuator to provide hydraulic power without pump ripple. 3.4.2 The fluid control manifold shall provide a primary high pressure (3000 psi) hydraulic supply circuit, and a secondary low pressure circuit, adjustable from 100 to 3000 psi suitable for use in "soft starting" the test system. The primary and secondary pressure circuits shall be solenoid actuated. 3.4.3 Pressure and return line fluid accumulators shall be provided, minimizing pressure drop during peak flow demands and pressure ripples. 3.4.4 Single 10 gallon-per-minute (gpm) two-stage servo-valve shall be mounted to the fluid control manifold to provide optimum hydraulic response. The servo-valve shall have enough response to allow rated flows of frequencies to 50 Hz. 3.5 Hydraulic Grips 3.5.1 Hydraulic collet grip set shall be capable of exerting 50,000 lbs of force on the specimen. 3.5.2 The collets shall be capable of accommodating 1.00 in diameter button heads. 3.5.3 The set shall consist of hydraulic grip supply and an attachment kit to connect the grips to the load cell and the actuator. 4. Electronic Controls and Equipment 4.1 General 4.1.1 All modules shall utilize solid?state electronics. 4.1.2 The electronic control modules shall be supplied with all inter?connecting cables and compatible connectors. All cables between the loading frame and electronic controls shall be a minimum of 10 feet in length. All transducer cables shall be shielded and grounded. 4.1.3 All electronic control modules and associated cables shall be shielded against electronic noise induced by induction heaters. 4.1.4 Controls for the selection of control mode and range shall be mounted on the front panels of the modules. 4.2 Axial Analog Controller 4.2.1 An axial analog controller shall be provided to control the load, strain or displacement imposed on the specimen. It shall accept externally generated electrical control signals, accept feedback signals from activated transducers, compare the two signals to form an error signal, and amplify the error signal to the loading device. Light emitting diodes (LED's) shall be included to display which parameter (load, strain, or displacement) is under control. LED's shall be included to show which upper or lower limit has been exceeded. 4.2.2 Controls and circuitry shall include: A. Mean level (set point) for static adjustment of signal bias, adjustable from ?100% to 0 to +100% of full scale, with linearity of 0.15% or better. Resolution shall be at least 0.1% of full scale. B. Separate command input for control of the amplitude of the dynamic command signal for each control mode. These shall provide isolated proportions of two external command signals from 0 to 100% of selected full scale range. The sum of the set point and the command inputs shall provide capability for complex waveforms which are the sum of the command inputs. The command input shall provide the capability of accepting program commands from either a digital computer or an external function generator. Resolution shall be at least 0.1% of full scale. C. Servo?loop controls providing for control response optimization of the servo?loop. D. A servo-valve controller capable of driving a servo-valve and the ability to vary the dither of the servo-valve to achieve maximum servo response. E. Error signal circuitry, separate from limit and underpeak detect circuitry described in Section 42q.5, to sense the magnitude of the 1 error signal. The circuit shall be adjustable to detect errors of magnitude from 1% to 100% of operating range, and shall interact with the system failsafe circuitry to cause system shutdown at preset values. F. Provisions for front panel switch selection of control modes either when hydraulics are off or during a test when hydraulic pressure is applied to the actuator. 4.3 Transducer Conditioners 4.3.1 Load 4.3.1.1 A DC load transducer conditioner shall be provided to generate a precise DC excitation voltage to the load cell, and amplification of the output signal. Excitation shall be variable. 4.3.1.2 The load transducer conditioner shall provide a minimum of four (4) load ranges of 1100, 150%, 120% and 110% of maximum full scale rating of the machine. Output voltage for each range shall be 110 volts full scale. 4.3.1.3 The conditioner shall be used during the calibration of the system load cell and provision shall be made for shunt calibration of each range provided. 4.3.1.4 The load transducer conditioner shall have Gain, Rate, and Reset (PID) settings that are separate from other conditioners (i.e. stroke and strain) so that proper PID settings are maintained when dynamic control mode switching its initiated. 4.3.1.5 An indicating dial control for zero adjustment shall be supplied. 4.3.1.6 A separate adjustment control shall be provided to optimize transducer non?linearity when operating through zero, e.g., from tension to compression. 4.3.1.7 It shall be possible to use the conditioner with other previously calibrated DC type transducers without the need for re-calibration of the conditioner. There shall be provided a gain adjustment on the conditioner, to set the excitation voltage and provide tension/compression compensation for an improved match between the nonlinear transducer and the transducer conditioner. 4.3.1.8 Linearity of the conditioner shall be 10.1 % of full scale or better. 4.3.1.9 Electronic noise levels of the DC-conditioner shall be less than 1.5 mV peak-to-peak (p-p) for 10 % of full scale and 0.15 mVp-p for full scale for a frequency noise range of 0.1 to 10 Hz. 4.3.1.10 Electronic noise levels of the DC-conditioner shall be less than 15 mV peak-to-peak (p-p) for 10 % of full scale and 1.5 mVp-p for full scale for a frequency noise range of 10 to 500 Hz. 4.3.2 Strain 4.3.2.1 A DC strain transducer conditioner compatible with high temperature extensometer described in 3.3.3 shall be provided which is identical to the DC load conditioner specified in Section 4.3.1. This conditioner shall be used in conjunction with the extensometer during calibration. 4.3.2.2 The strain transducer shall provide four (4) ranges of 1100%, 150%, 120% and 110% of maximum full scale rating of the extensometer specified in 3.3.3. Output voltage for each range shall be 110 volts full scale. 4.3.3 Stroke 4.3.3.1 An AC stroke conditioner shall be provided to generate a precise AC excitation signal to the stroke transducer which shall be of the linear variable differential type (LVDT). The AC stroke conditioner shall demodulate and amplify the transducer signal to give a DC output compatible with the servo?controller. 4.3.3.2 The AC stroke conditioner shall be used during calibration of the system stroke transducer. The conditioner shall provide two (2) stroke ranges of 1100% and 110% of maximum full scale rating of the machine. Output voltage for each range shall be 110 volts full scale. 4.3.3.3 An indicating dial control for zero adjustment shall be supplied. 4.3.3.4 A separate adjustment control shall be provided to minimize transducer nonlinearity when operating through zero, e.g., from tension to compression. 4.3.3.5 It shall be possible to use the conditioner with other previously calibrated AC type transducers without the need for re-calibration of the conditioner. 4.3.3.6 Linearity of the conditioner shall be 10.1% of full scale or better. 4.3.3.7 Electronic noise levels of the AC-conditioner shall be less than 2.0 mV peak-to-peak (p-p) for 10 % of full scale and 0.4 mVp-p for full scale for a frequency noise range of 0.1 to 10 Hz. 4.3.3.8 Electronic noise levels of the AC-conditioner shall be less than 10 mV peak-to-peak (p-p) for 10 % of full scale and 2.0 mVp-p for full scale for a frequency noise range of 10 to 500 Hz. 4.4 Feedback Selection 4.4.1 A mode selector shall be supplied to select which conditioned transducer output is used for closed?loop control. Control mode shall be capable of being selected manually using a button on the front panel of the controller. 4.4.2 A front panel indicator light shall display which transducer output signal is controlling the system. 4.4.3 Provisions shall be made to control retention of the selected control variable during power off condition. 4.5 Limit Detection 4.5.1 A limit detector shall be supplied to provide independent setting and detection of preset limit values for load, strain, and displacement. 4.5.2 Indicating controls shall include, for each variable (i.e. load, strain, and stroke), upper and lower peak values. 4.5.3 A switch shall be provided for each upper/lower peak setting such that if a preset peak is attained, it will be shown via an illuminated LED. A second position shall be available which shall cause the LED to be illuminated and also the system to shut down. 4.5.4 The limit detectors shall be capable of terminating a test or signaling and supplying a logic control signal, without latching to control an external device. 4.6 Analog Controller Panel 4.6.1 The analog controller panel shall be the switching center containing all the system controls, failsafe indicators and interlocks. 4.6.2 The panel shall contain an nine-digit event counter, a large red emergency stop button, normal condition hydraulic pressure on/off buttons, cycle counter, and switches to remotely control the waveform generators and data recorders. 4.6.3 The cycle counter shall be accurate to within 11 cycle at frequencies up to 300 Hz. The counter shall have a nine-digit display and be capable of being externally triggered. 4.6.4 Normal hydraulic pressure on/off controls shall contain logic such that the local hydraulic supply is started up first in low pressure output mode (approximately 200 to 300 psi) with subsequent transfer to high pressure. 4.6.5 The panel shall accept eight (8) interlock inputs as a minimum. 4.7 Data Display 4.7.1 A data display shall be supplied meeting thefollowing requirements: A. Minimum readout of nine (9) system parameters. B. Programmable engineering units conversion or standard volts readout. C. One (1) alphanumeric readout. D. Ability to retain data in memory for a minimum of 60 days. E. Shall allow the following modes of data acquisition: 1. Span/mean amplitude of a waveform 2. Maximum/minimum amplitude of a waveform 3. Instantaneous amplitude of a waveform 4. Peak/valley detection 5. Sample/hold F. Simultaneous sampling of data; no data skew shall be permitted. G. Data display shall be able to process up to 2000 samples per second. H. Shall incorporate self test diagnostics. I. Shall incorporate a switchable input filter. 4.8 Computer Interfacing Provisions 4.8.1 Controller electronics shall have input and output connections permitting computer interfacing with Government owned personal computers. These connections should be well understood and documented. 4.8.2 The computer input connection on the analog controller shall be capable of accepting a command input signal of 110 volts. This input signal shall provide the command signal to the controlling transducer conditioner as specified in Section 4.3. 4.8.3 Computer output connections on the analog controller shall provide calibrated high-level transducer analog outputs of 110 volts. The analog outputs shall be available for simultaneous sampling of all transducers conditioners. 4.8.4 The analog controller shall be fully compatible with version 3.00 MATE control system software developed by University of Dayton Research Institute. The analog controller, without any modifications, shall execute all the control system commands generated by the MATE software. The provisions and clauses in the RFQ are those in effect through FAC 97-17. The SIC code and the small business size standard for this procurement are 3829 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to the Glenn Research Center is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30pm EST on 7/19/00 and may be mailed or faxed to Glenn Research Center, Attn: Ronald L. Matthews, (MS 500-306), 21000 Brookpark Rd. Cleveland, OH 44135. FAX Number (216) 433-2480 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. Quoters are encouraged to use the Standard Form 1449,(QUOTERS MAY USE THE ATTACHED 1449 FORM) Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quotedis other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ (QUOTERS MAY USE THE ATTACHED REPRESENTATIONS AND CERTIFICATIONS) FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 7/17/00. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) N/A]. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/13/00 (D-SN474538). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0311 20000717\66-0009.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com