Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2002 FBO #0035
MODIFICATION

66 -- Additional specifications for Power Amplifier to replace an existing out of date unit.

Notice Date
1/4/2002
 
Notice Type
Modification
 
Contracting Office
US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
NONE
 
Response Due
1/14/2002
 
Archive Date
2/13/2002
 
Point of Contact
Paula Kestler, 410-278-0881
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch
(paula.kestler@sbccom.apgea.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U.S. Army Robert Morris Acquisition Center intends to solicit pursuant to 10 USC 2304(c) (1) See Note 22 the following company Ling Dynamic Systems, Incorporated, 60 Church Street, Wallingford, CT 06492-2340 for Model DPA 130/140 Power Amplifier with the following features: Totally Air Cooled, Control Panel with Lighted Interlocks, Three Bay Cabinet, Automatic Sequencing, Interlock PCB Included, Direct Coupled and One Site Startup/Integration. The Power Amplifier must be in accordance with the follow ing specifications: 1) The amplifier must be capable of interconnection with the existing CU964 Field and Armature Coil Cooling Unit, the FP57 Field Power Supply, and the W964LS-HBT1220 Hydraulic Table Pump. The amplifier must be able to be connected to a ll interlocks and safeties, be installed to original manufacturer system specifications and be viewed at a central remote control panel located approx. 125 feet from the shaker system. All start up amplifier controls must be able to be initiated from the same location and all interlocked monitored. No safety or interlock can be compromised. 2) The amplifier must be integrated with the existing 964LS shaker system so that parts are available and in stock for all system components. Service to all compone nts must be performed by personnel familiar with all system components and shall guarantee complete system performance according to original manufacturer specifications. Factory support must be located at an east coast site in order to expedite emergency repairs within a 24-hour period to avoid expensive test delays. Factory service will be accomplished by means of a maintenance contract and will include both the shaker components and the new amplifier. 3) The amplifier must include RFI filters on each po wer module in order to minimize radio frequency interference and include transient protection systems that ensure no electrical spikes are passed through the amplifier on turn on or off. The amplifier must have synchronized loss protection which monitors the input power supply and controls the output signal which activates safe shut-down when power fails. These features avoids potential damage to the shaker, armature and also to our test items. 4) The 8KW power module used in the amplifier uses the most c urrent IGBT power devices available ensuring availability of parts in the future along with extended life of the amplifier. 5) System performance must be guaranteed between the existing shaker system and the new amplifier. The existing shaker is only gua ranteed to meet system specifications when both the amplifier and shaker is a matched pair. If we mix systems, this would be jeopardized which could affect what tests our facility could accomplish. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.CCR2000.com. This is the only information that shall be published for proposals, which are due by 14 January 2002 NLT 4:00 PM EST. Please direct your questions to the Contract Specialist, Paula Kestler, 410-278-0795 or email: paula.kestler@sbccom.apgea.army.mil. Please submit your proposal to the Robert Morris Acquisition Center, ATTN: AMSSB-ACC-AT/ Kestler, 4118 Susquehanna Avenue, APG, MD 21005-3013 or via email or email fax at 410-612-5270.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN20020106/00011695-020107072208 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.