SOLICITATION NOTICE
66 -- Amplifer that includes digital power, air cooled, high efficency, for T4000 shaker, with shaker field supply, remote control. On site start up and training.
- Notice Date
- 11/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-05-T-0100
- Response Due
- 11/9/2005
- Archive Date
- 1/8/2006
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes a solicitation, and proposals ar e being requested. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0100. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 334519 and the Business Size Standard is 500. The Government contemplates award of a firm-fixed price cont ract resulting from this combined synopsis/solic itation. The contractor shall provided quantity of one of the following: This specification describes the requirements of a replacement power amplifier to drive an existing government owned shaker Model T4000. A DC field supply shall also be required. Pe rformance criteria: The amplifier shall be one component of a dynamic shaker test system consisting of the amp, control system, and an electro-dynamic shaker. The amplifier shall be designed to work in conjunction with existing equipment by providing all the power necessary to drive the existing T4000 shaker, located approximately 500 feet from the amplifier, to its full capabilities using existing control equipment. Shaker Performance: The Amplifier shall be capable of driving the T4000 shaker to its f ull potential as detailed in 2.4. Shock Testing: The Amplifier shall be capable of driving the existing shaker to 150% of the specified maximum velocity during shock testing. This shall be demonstrated in the high field mode.Transition: The Amplifier s hall be able to make the transition between sine, random and shock testing, each at their highest level, without the need for amplifier modification or the need to manually change taps on a transformer. Potenial are Effective frequency range 5 Hz to 2000 Hz, Rated force, sine 40,000 lbs pk, Rated force, random 40,000 lbs rms, Rated velocity 80 in/s, Rated displacement P-P 2 in, Rated displacement shook 2 in, Maximum acceleration 100g. Random ratings are wideband 20 - 2000 Hz, 3 sigma acceleration peaks, uniform spectral density, with loads of 1000 lbs or greater. Minimum Requirements: In addition to the requirements of the previous section, the amplifier shall be a solid state digital switching amplifier utilizing the superior efficiency of IBGT output devices. Modular design: Amplifier shall consist of easily removable power modules, each with a minimum power output of 30 KVA. The amplifier shall be capable of operating at reduced power levels with one or more power modules removed. Output: The outp ut of the amplifier shall no be less than 300 KVA. Power amplifier shall be housed in a totally EMI shielded console. All joints are to be sealed with EMI gaskets joining plated or copper clad surfaces. Three phase power line filters to prevent conductiv e emissions must be included, where the 3 phase power enters the amplifier. Frequency Response: The frequency response shall be flat (+/- 1 dB) from 10 to 2000 Hz. The amplifier shall be capable of driving the existing shaker across its full effective fr equency range (5 to 2000 Hz). Harmonic Distortion: At full rated output, the acceleration harmonic distortion at the shaker shall be less than 15% from 5 Hz to 2000 Hz except for 2 peaks least than 25%. Noise Level: The noise level of the amplifier shal l be at least 60 dB below the full output level. Local Control Panel: All indicators, adjustments and switches necessary to monitor and control the amplifier shall be provided at the local operator control panel. This shall include, buttons for startup, sequencing, amplifier gain adjustment, meters for output voltage and current, switching for sine/random mode selection and indicators of amplifier status. Thi s shall also include the ability to bring up and monitor the shaker field current. The amplifier shall be designed to operate from a remote control panel located in and integrated with the existing Unholtz-Dickie VWIN Controller. In addition to the local control panel, the amplifier shall be configured to allow computer control from a remote location. The computer shall display the complete power amplifier control panel including all status lights, current/voltage meters, startup and operating switches an d gain control. All switches and controls shall be mouse activated to startup/shutdown and control the amplifier. In addition, a power-save mode shall be available to allow the power amplifier to be powered off once the vibration test has finished. The c omputer shall also allow the operator to select output voltage and output current limits for each test. The computer shall monitor the actual current and voltage and terminate the test if either limit is exceeded. System Safety Interlocks: The amplifier shall contain the necessary hardware to implement a safety interlock system fully integrated with the shaker and slip table. Interlocks shall be provided to shut the system down if any of the following conditions are present:A. Shaker stroke limit exceed ed. B. Shaker maximum operating temperature exceeded. C.Slip table oil pressure failure.D. Shaker temperature limit exceeded. E.Cooling system limits exceeded.F. Shaker field supply failure G.Amplifier current limit exceeded (user selectable at any leve l at or below the rated amplifier current). H.Amplifier voltage limit exceeded (user selectable at any level at or below the rated amplifier voltage)I. Amplifier maximum operating temperature. Amplifier Input Voltage: The input level require to drive th e amplifier to full output shall not exceed ten volts peak. Amplifier Cooling: Amplifier shall be totally air cooled and include all air handling hardware necessary to allow operating at rated force with ambient air temperatures of eighty (80) degrees F. Utilities: The amplifier shall operate on the existing utilities listed below: 480 V (+/- 10%), 3 phase, 60 Hz 120 V (+/- 10%), single phase, 60 Hz. Cabling: Existing shaker cables will be used. Vendor shall provide connectors in the power amplifier co nsole to mate with the existing cables. Physical Dimensions: Physical dimensions of the power amplifier shall not exceed 112 inches long by 35 inches deep by 90inches high. Power amplifier shall be direct coupled to the shaker. Power Amplifier Detail Specifications Continuous output current to provide 40,000 lb force sine peak. Voltage output sine to drive T4000 to rated velocity of 80 in/sec on high field connection. Random voltage output to drive T4000 to 40, 000 lb force rms with 1000 lb load and fl at spectrum 20 - 2000 Hz, with measurable 3 sigma peaks. Peak current for shock pulses shall generate 80,000 lb force peak 4 ms half-sine pulses.Peak voltage for 4 ms shock pulses shall generate 120 in/sec velocity. Frequency range min 3 Hz to 2000 Hz. O verall efficiency greater than 90% as measured by ration of KVA out/KVA in times 100 at 100 Hz. Operator Interface True rms readout of both output voltage and current at both the local panel and the remote panel. Operator selectable limits on both voltage and current output to protect test items. LED bar graph display of output voltage and current as a percentage of max. Field Supply. A new field supply for the T4000 shall be supplied. Two field levels shall be switch selectable at the field console and at the remote panel. Full level shall provide max force output. Energy save level shall provide 80% force output and shall reduce field power consumption to less than 40% of full field. Manuals: A complete set of instruction manuals shall be provided with the amplifier and shall include all information necessary to properly operate and maintain the amplifier. This shall include: Theory of operation,Operation ins tructions Maintenance, instructions including a preventive maintenance schedule, Comprehensive troubleshooting procedures Parts list, Recommended spare parts list, Complete electrical schematics, Installation: The vendor shall provide within fourteen (14 ) days notification, a factory engineer to inspect the system installation, provide system checkout and provide an on-site system orientation for operation and maintenance personnel. Installation Instructions: Detailed installation instructions shall be p rovided, including any diagrams, schematics or drawings a minimum of ninety (90) days before delivery of the amplifier. This shall include a description of all utility and air conditioning requirements. Acceptance: Acceptance test shall be performed at t he vendor USA facility. Test shall demonstrate performance in accordance with all paragraphs. Test shall be conducted in the presence of government representative. Final acceptance shall be after installation. Warranty: All equipment shall be covered u nder warranty for a period of one year from the date of acceptance of the system. The warranty shall cover the repair or replacement of defective material and workmanship. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21005. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52 .212-4 Contract Terms and ConditionsCommerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The contract will be awarded to l ow price Technical acceptable. The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Repres entations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, app lies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Eva luation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Con cerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52. 222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities ,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payme nt Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil,http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, an d received via electronic mail, fax, or mail by November 9 2004 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. 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.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 306-3717, or via email brenda.j.fletcher@us.army.mil. .
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00702637-W 20041104/041102211914 (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 |