SOLICITATION NOTICE
66 -- TWO CREEP/STRESS-RUPTURE SYSTEMS
- Notice Date
- 7/7/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV 26507-0880
- ZIP Code
- 26507-0880
- Solicitation Number
- DE-RQ26-04NT4000624
- Response Due
- 7/23/2004
- Archive Date
- 8/22/2004
- Point of Contact
- Robert Mohn, Contracting Officer, 412-386-4963, mohn@netl.doe.gov;Robert Mohn, Contract Specialist, 412-386-4963, mohn@netl.doe.gov
- E-Mail Address
-
Email your questions to Robert Mohn, Contract Specialist
(mohn@netl.doe.gov)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number DE-RQ26-04NT400624 is issued as a Request for Quote (RFQ). This requirement is being issued as a Request for Quotation using Simplified Acquisition Procedures. The following items are to be purchased by the U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA and is to be shipped to our site located in Albany, OR. Items to be purchased are two (2) Creep/Stress-Rupture Systems with the following salient characteristics and specifications for the purchase of the brand name or equal equipment. Award will be made to the low priced, technically acceptable (equal) offeror. Equality shall be determined by the offered equipment?s compliance with the following performance requirements. Compliance will be determined by the offeror?s provision of literature showing performance capabilities or through written narrative discussing the points not covered by the published literature. Specifications for Two (2) Creep / Stress-Rupture Systems The purpose of this specification is to procure two creep / stress-rupture systems to augment the existing equipment. An overriding consideration is that the systems must fit within the dimensions of the floor space available. The machines are located in the corner of a lab where space is constrained by access to another lab through inward swinging double-doors and an aisle on the other side to yet a different lab. Traffic in and out of both labs requires that the creep frames be enclosed on three sides and arranged in a U-shape facing away from traffic to minimize disturbances to the furnaces and transducers. Each system must consist of an enclosed load frame, a furnace, a controller, an extensometer, and a transducer. The transducers must interface with the existing National Instruments FieldPoint data acquisition system. The new systems will complement one ATS 2240 and three ArcWeld M3 testers. The creep and stress-rupture work is being done in support of materials for use in power plants and other energy-related applications. The research requires accurate determination of creep rate, steady state creep, and activation energy as well as the more traditional time-to-rupture. The specifications listed below constitute the minimum requirements for this system. A total of two (2) systems, each consisting of a load frame, furnace, furnace controller, extensometer, transducer, and signal conditioner, will be purchased. Creep/Stress-Rupture Specifications 1.0 Load Frame 1.1 The load frames will be placed side-by-side in a U-shaped configuration with three ArcWeld M3 machines. The total maximum width available for the two frames in this configuration is 60.5 inches (the width of each machine must be approximately 30 inches). The maximum depth of either frame is 24 inches. All frames, furnaces, weights, motors, and peripherals must be contained within the 60.5?x24? footprint. Height is not an issue. The frames must be free-standing. 1.2 The load frame should be enclosed on the back and both sides. All loading/unloading must occur from the front of the machine. 1.3 All controls, specimen loading and parts that may need service must be accessible from the front of the machine so that the load frames may be permanently located side-by-side and back to the wall. 1.4 Each load frame shall have a capacity of at least 3000 lbs and should have a calibrated range from 10% to 100% of the machine rate capacity. 1.5 Loading should be accomplished by a lever arm. The lever arm must have an adjustable counter balance for nulling the load train mass. 1.6 Some method must be provided for precision adjustment of the lever arm ratio. 1.7 The lever arm should rest on hard knife edges. 1.8 The lever arm must have overtravel protection. 1.9 The frame must have adjustable feet and be provided with vibration isolation for the feet. 1.10 A mechanism must be available for sensing when the sample has failed. This mechanism must stop the timer and cut power to the furnace. 1.11 A drawhead must be provided that automatically adjusts during the test to compensate for specimen elongation so that the lever arm is kept relatively level. 1.12 Drawhead motor must have stable continuous motion so that vibration is not transferred to the specimen and anti-rotation properties so that torque is not introduced. 1.13 Loading system must include weight load pan, quick-change adapters that provide load train alignment to minimize bending, and all adapters necessary to connect to the existing Albany Research Center ?? x 10 UNC high temperature pull rods. 1.14 Weights and high temperature pull rods will be supplied by the Albany Research Center. 1.15 Machine controls must include manual drawhead up, manual drawhead down, and automatic control; test time module with manual start/stop switch; counter with 99,999.99 hour capacity; mounting for LVDT signal conditioner; and mounting for furnace controller. 2.0 Furnace and Controls 2.1 Furnace should be of the split tube design with three zone configuration where each zone can be adjusted independently with an independent controller. At least one thermocouple should be in each zone. 2.2 Furnace should achieve at least 1000C. Controller must be able to maintain a temperature gradient along a 1? gage length of +/- 0.5C. 2.3 The furnace should have an interior bore of at least 3 inches in diameter, with interior heat zone of at least 11 inches. All necessary mounting hardware must be supplied. 2.4 Furnace should be powered by 120 VAC, 50/60 Hz., 1 phase. 2.5 Furnace should have top and bottom closures and sufficient bore to fit the pull rods and extensometer. 2.6 Controller must work as a package with furnace and be installed within confines of load frame. 2.7 Controller should have independent controllers for each zone of the furnace. 2.8 Controller must contain an ?autotune? feature to minimize temperature overshoot during heat-up. 3.0 Extensometer, Transducer, and Signal Conditioner 3.1 Extensometer shall be of a rod and tube mechanical averaging design for use up to 1000C. An extension rod stiffener with clearance for the pull rod shall be provided. The extensometer must have a base located sufficiently outside the heat affected region for mounting a linear variable displacement transformer (LVDT) transducer. 3.2 Extensometer must have a variable gage length between 0.5? and 2? in length. 3.3 Extensometer must have replaceable inserts so that they can be changed when the specimen configuration changes or when the knife edges become dull. One set of inserts for 0.250? diameter round specimens must be included for each extensometer. Pin-based designs are not acceptable. 3.4 Transducer must be based on linear variable displacement transformer technology (LVDT) and have a linear travel of 0.1?. 3.5 Signal conditioner shall mount within frame. 3.6 Signal conditioner shall provide excitation and conditioning for the LVDT. Coarse and fine scaling shall permit the transducer input to be scaled such that 25% to 100% of the LVDTs full scale range may represent full scale output of the module. 3.7 Signal conditioner should provide suitable output for the existing FieldPoint data acquisition system. Channels are available on the FP-AI-110 8 channel 16-bit analog input module where three 0-10 volt signals are currently wired. A separate FP-AI-110 module could be made available by the Albany Research Center if wiring into the existing module would substantially degrade the signal. 3.8 All clamps, nuts, bolts, plugs, and wiring necessary to attach extensometer to sample, transducer to extensometer, and transducer to signal conditioner must be provided. 4.0 Safety 4.1 For safety purposes, the frame shall include an emergency stop. 4.2 Sides and back of the load frames must be enclosed to prevent people from coming in contact with a hot furnace while walking by in the aisle. 4.3 Controls to the furnace must automatically cut power when the sample breaks. 4.4 A safety back-up consisting of an independent controller that cuts power to the furnace in case of primary controller malfunction is desired, but not required. Please provide pricing for this option as a separate line item. 5.0 Installation, Support and Warranty 5.1 In your bid response please quote FOB loading dock, Albany Research Center, Albany, OR. 5.2 The Albany Research Center will be responsible for uncrating the system, moving the system into its lab, and connecting to the proper utilities. 5.3 Once the system is moved into the lab, installation and calibration shall be done on-site by the vendor?s factory trained service engineer. Installation will include set-up and connection of purchased system peripherals and equipment. Calibration will include on-site verification of load and one extensometer for each system according to the latest version of the appropriate ASTM standard. Training is not required. 5.4 The frame, furnace, controller, extensometer, transducer, and signal conditioner shall be standard products, designed for materials testing and installed in over 10 labs. 5.5 All items supplied by vendor shall carry a one-year warranty against defects in material and workmanship. END OF SPECIFICATIONS. EVALUATION: The following factors shall be used to evaluate offers in order or precedence: Technical compliance with the specifications and salient features described above of this RFQ and cost. The award shall be made using FAR 13, Simplified Acquisition Procedures. All bids, proposals, or quotations must be faxed to Mr. Robert L. Mohn ? FAX 412-386-5770 by 5:00 PM Eastern Time, July 23, 2004. NO PHONE CALLS. The Technical Representative for the above requirement is Mr. Arthur Petty Jr. ? Phone 541-967-5878.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/3D20557884A3586985256ECA00689295?OpenDocument)
- Record
- SN00616065-W 20040709/040707211738 (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 |