SOLICITATION NOTICE
J -- MAINTENANCE AGREEMENT FOR ELECTRO DYNAMIC VIBRATION TEST SYSTEM
- Notice Date
- 6/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- 4200014643
- Response Due
- 7/18/2003
- Archive Date
- 6/18/2004
- Point of Contact
- Ashlie B Farnsley, Contract Specialist, Phone (281) 244-6459, Fax (281) 244-5331, Email ashlie.b.farnsley@nasa.gov - Michael J Lonchambon, Contracting Officer, Phone (281) 244-5151, Fax (281) 244-5331, Email michael.j.lonchambon@nasa.gov
- E-Mail Address
-
Email your questions to Ashlie B Farnsley
(ashlie.b.farnsley@nasa.gov)
- Description
- 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 Quote (RFQ) for Maintenance Agreement for the Electro Dynamic Vibration Test System. On a yearly periodical basis, the Electro-Dynamic Vibration Test System located in the Energy Systems Test Area, Building 352, Room 112, shall be disassembled and inspected. All moving and essential parts will be carefully inspected for signs of wear or damage. Any parts found to be worn or damaged shall be replaced. All parts used for replacement shall be new, except for the power amplifier output modules, which may be re-furbished. All consumable parts necessary to accomplish this detailed inspection, such as filters, ?O? rings, clamps, and gaskets, shall be the responsibility of the vendor. All parts deemed necessary to be replaced and or refurbished and not considered to be a consumable part shall not be considered part of this procurement and will require a separate purchase order. No parts will be replaced without receiving authorization from the NASA, Johnson Space Center, Technical Monitor and Contracting Officer of this procurement. The service and maintenance schedule described in this statement of work is presented in two parts, with a combined term of not less than two years and not greater than five years. Part A describes the schedule of work required for the first, or ?baseline?, year. Part B describes the schedule of work required for year two through year four, inclusive, or until the limit of funding of this procurement has been reached. The Electro-Dynamic Vibration Test System to be serviced is a Ling Electronics B335 Shaker mounted in a Kimball Iso-base Slip Table assembly, coupled to a Ling Electronics 8036 Power Amplifier. The shaker system is housed in a controlled environment test cell and the amplifier is housed in a control room adjacent to the test cell. Brief System History: 1990- In service 01/1997 Annual teardown and inspection begun 04/2001- Replace upper bearing 08/2001- New field coils 12/2001- Armature re-wound Distilled Water for both the Amplifier and Shaker are changed on a monthly basis. Shaker armature current lead is changed annually. SPECIFICATIONS PART A FIRST YEAR BASELINE 1.0 SHAKER SYSTEM EXCITER As a minimum, the following areas will be subject to inspection. 1.1. BEARINGS- The bearings will be cleaned, flushed, and the seals shall be checked for wear and/or damage. Bearing sealing ?O? rings shall be replaced on each disassembly and inspection. 1.2. ARMATURE- The current leads shall be inspected for excessive wear and corrosion and will be replaced if, with concurrence with NASA and in the opinion and judgment of the field service engineer performing the service that, it is required. 1.3. FIELD COILS- The field coils shall be pressure checked to ensure that there are no water leaks. Any leaks detected will be repaired on site or returned to the manufacturers plant for repair. If the coils have to be shipped out for repair, and the NASA testing schedule requires, a refurbished set of coils will be shipped to the site for installation. 1.4. FLEXURES- The armature flexures shall be removed and replaced with a new set. All fasteners used for the flexure assemblies shall be new. 2.0. SHAKER SYSTEM POWER AMPLIFIER 2.1. The amplifier cooling unit heat exchanger(s) shall have the end caps removed and inspected to ensure that there are no blockages. 2.2. All power connections shall be checked for integrity. 2.3. All ribbon cable connections will be inspected. 2.4. Electrical checks shall be performed, including but not limited to the following; 2.4.1. Low voltage power supplies 2.4.2. Quiescent power balance of output modules 2.4.3. Output balance 2.4.4. Output over-current trip 2.4.5. Safety interlocks. 2.5. Shaker Amplifier output distortion shall be measured using a sine wave excitation. 3.0. SHAKER SYSTEM COOLING UNITS 3.1. Distilled water loops for both the shaker cooling unit and the amplifier cooling unit shall be drained and flushed. 3.2. All thermostats, thermal switches, and flow switches shall be checked for proper operation. 3.3. All water pump outlet pressures shall be verified and adjusted as necessary to be in compliance within operating specifications. 3.4. All fluid connections shall be inspected for leaks and repaired as necessary. 4.0. SHAKER SYSTEM HYDRAULIC POWER SUPPLY(S) 4.1. SHAKER HYDRAULIC POWER SUPPLY 4.1.1. Oil filter for shaker hydraulic power supply shall be replaced. 4.1.2. The shaker hydraulic oil shall be replaced on a yearly basis. 4.1.3. Hydraulic hoses shall be inspected. 4.1.4. System hydraulic operating pressures shall be verified and or adjusted as necessary to be in compliance with specifications. 4.2. SLIP TABLE HYDRAULIC POWER SUPPLY 4.2.1. Oil filter for slip table hydraulic power supply shall be replaced. 4.2.2. Hydraulic hoses shall be inspected. 4.2.3. System hydraulic operating pressures shall be verified and or adjusted as necessary to be in compliance with specifications. 5.0. SLIP TABLE 5.1. The slip plate shall be removed from the table and the bottom of the plate shall be inspected for any signs of abrasion(scuffing) on the granite bed. 5.2. Bearing heights shall be ensured to be correct. 5.3. After cleaning, new ?O? ring seals shall be installed into the bearings and the slip plate replaced. 5.4. Minimum, bare table, plate ?lift? oil pressure shall be determined and recorded. 6.0. SYSTEM PERFORMANCE TESTING After re-assembly of the shaker and all sub-systems, fluid leak checks performed, and field current verified, the shaker system shall be operated in the random mode to obtain a bare table armature signature ?open loop? response to a flat frequency spectrum. In addition, armature over-travel switch functioning shall be verified using a sinewave excitation signal and Amplifier output distortion shall be measured and corrective measures taken if found to be of an unacceptable level. 7.0. BETWEEN CYCLE ?EMERGENCY? SERVICE In the event of a system or sub-system failure occurring between regularly scheduled service intervals, and NASA testing requirements require immediate repair, the vendor shall make available a field service engineer to begin remediation of the failure within 48 hours of being notified. The emergency service visit shall be considered as a regularly scheduled visit for that year. PART B SECOND THROUGH FOURTH YEAR 1.0. SHAKER SYSTEM EXCITER As a minimum, the following areas will be subject to inspection. 1.1. BEARINGS- The bearings will be checked for wear and/or damage. Bearing sealing ?O? rings shall be replaced on each disassembly and inspection. 1.2. ARMATURE- The current leads shall be inspected for excessive wear and corrosion and will be replaced if, with concurrence with NASA and in the opinion and judgment of the field service engineer performing the service that, it is required. 1.3. FIELD COILS- The field coils shall be pressure checked to ensure that there are no water leaks. Any leaks detected will be repaired on site or returned to the manufacturers plant for repair. If the coils have to be shipped out for repair, and the NASA testing schedule requires, a refurbished set of coils will be shipped to the site for installation. The shipment of refurbished field coils shall require a separate purchase order/contract. 1.4. FLEXURES- The armature flexures shall be checked for any cracks and degradation. 2.0. SHAKER SYSTEM POWER AMPLIFIER 2.1. The amplifier cooling unit heat exchanger(s) shall have the end caps removed and inspected to ensure that there is sufficient cooling. 2.2. All power connections shall be checked for integrity. 2.3. All ribbon cable connections will be inspected. 2.4. Electrical checks shall be performed, including but not limited to the following; 2.4.1. Low voltage power supplies 2.4.2. Quiescent power balance of output modules 2.4.3. Output balance 2.4.4. Output over-current trip 2.4.5. Safety interlocks. 3.0. SHAKER SYSTEM COOLING UNITS 3.1. Distilled water loops for both the shaker cooling unit and the amplifier cooling unit shall be drained and flushed. 3.2. All thermostats, thermal switches, and flow switches shall be checked for proper operation. 3.3. All water pump outlet pressures shall be verified and adjusted as necessary to be in compliance within operating specifications. 3.4. All fluid connections shall be inspected for leaks and repaired as necessary. 4.0. SHAKER SYSTEM HYDRAULIC POWER SUPPLY(S) 4.1. SHAKER HYDRAULIC POWER SUPPLY 4.1.1.Oil filter for shaker hydraulic power supply shall be replaced. 4.1.2. The shaker hydraulic oil shall be replaced if determined necessary by the field service engineer. 4.1.3. Hydraulic hoses shall be inspected. 4.1.4. System hydraulic operating pressures shall be verified and or adjusted as necessary to be in compliance with specifications. 4.2. SLIP TABLE HYDRAULIC POWER SUPPLY 4.2.1. Oil filter for slip table hydraulic power supply shall be replaced. 4.2.2. Hydraulic hoses shall be inspected. 4.2.3. System hydraulic operating pressures shall be verified and or adjusted as necessary to be in compliance with specifications. 5.0. SLIP TABLE The slip table shall be checked for proper operation. 6.0. SYSTEM PERFORMANCE TESTING After re-assembly of the shaker and all sub-systems, fluid leak checks performed, and field current verified, the shaker system shall be operated in the random mode to obtain a bare table armature signature ?open loop? response to a flat frequency spectrum. In addition, armature over-travel switch functioning shall be verified using a sinewave excitation signal and Amplifier output distortion shall be measured and corrective measures taken if found to be of an unacceptable level. 7.0. BETWEEN CYCLE ?EMERGENCY? SERVICE In the event of a system or sub-system failure occurring between regularly scheduled service intervals, and NASA testing requirements require immediate repair, the vendor shall make available a field service engineer to begin remediation of the failure within 48 hours of being notified. The emergency service visit shall be considered as a regularly scheduled visit for the year in which it is performed. The provisions and clauses in the RFP are those in effect through FAC 01-14. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 811310 and $6,000,000 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by July 18, 2003 to NASA Johnson Space Center, Mailcode: BH/Ashlie Farnsley, 2101 NASA Road One, Houston, TX 77058, and must 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://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 1 The work described in the statement of work, Part A, shall be completed within six (6) weeks or less from contract award date. 2 This procurement is to be awarded as a fixed price contract, and any and all travel and lodging expenses necessary for the accomplishment of the work described herein under Part A and Part B shall be estimated and included in offeror?s quote. 3 The offeror shall price each year individually. 4 The offeror?s quote may include supporting documentation such as sketches, illustrations, drawings, brochures, and other descriptive literature. 5 The offeror?s quote format shall contain less than twenty (20) pages (excluding the Representations and Certification). 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 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10d) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) 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 All contractual and technical questions must be in writing (e-mail or fax) to Ashlie B. Farnsley not later than June 30, 2003. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery schedule shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#106242)
- Record
- SN00350797-W 20030620/030618213818 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |