Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2005 FBO #1304
SOLICITATION NOTICE

66 -- Precision High Speed Fuze Spin Stand

Notice Date
6/20/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-T-0720
 
Response Due
7/13/2005
 
Archive Date
8/12/2005
 
Description
Thde sysnopsis as originally submitted expired prior to the release of the solicitation as numbered W15QKN-05-T-0513. The solicitation number has been changed from W15QKN-05-T-0513 to W15QKN-05-T-0720, as outlined below. Description: The Government, RDEC-ARDEC, located at Picatinny, NJ 07806 intends to solicit for the following commercial item, a Precision High Speed Fuze Spin Stand (???spin stand???). The scope of this effort is to provide upgrades, modifications, and enhancements as well as process prove out for new and existing fuzes. The Spin Stand will be used to test the safe and arming and related actions of fuze components in support of research and development efforts. The Contractor shall deliver the following equipment (Fuze Spin Stand) in accordance with the listed specifications. i. Spin rates controllable up to 100, 000 revolution per minute (RPM) inclusive, for small caliber test specimens. ???Small caliber??? refers to test specimens of up to 16 grams. ii. Spin rates controllable of up to 30,000 RPM inclusive, for large caliber test specimens, up to 3 pounds. iii. Acceleration time to test speed to be ???as quickly as practical. During gun launch, acceleration from zero to full speed occurs within the order of 0.1 seconds. Understanding that it is highly unlikely to meet this rate in a mechanical system, this RFQ does not set a specific requirement threshold. As such, proposals will be evaluated on maximum acceleration, without being disqualified for not meeting ???gun launch??? rates. Any offeror who chooses to include any type of expendable clutch element for high-acceleration test modes, must include a minimum of ten (10) sets of replacement hardware. iv. All spinning elements shall be mechanically shielded for safety. Offeror shall provide details regarding shield material, thickness, and capability to contain catastrophic failure of test specimen. v. All removable shields shall include interlocks to avoid operation when not in use. vi. Spindle shall provide electrical connection from test specimen to outside instrumentation, via minimum of 12 independent slip rings or similar contact configuration. vii. Spindle vibration control and/or damping ??? Offeror shall provide design details describing methodology used to ensure that system is capable of controlling vibration and adequately addressing vibration & balance problems throughout the entire range of spin rates. Because of the inherent nature of fuzing design, which typically employs the movement of components with respect to the axis of rotation and also the center of mass, it must be assumed that test specimens will be off-balance to some degree during normal operation, by design (i.e., off-center mass is typically used to react to spin and activate various elements of a fuze. Also, it can be expected that center of balance may change slightly during normal sequence of operation (i.e., movement of a weighted rotor or similar component driven by spin). viii. Precision tachometer with digital readout, to display rotational speed in terms of RPM, including a chronographic capability to display & record elapsed time. Offeror shall provide design details with regard to methodology of sensing, transmitting, interpreting and recording rotational speed. Optional Instrumentation ??? Proposals may be evaluated on the basis of optional equipment and the ability to install at a later date, that may be available, and described within proposal, without obligation or commitment to purchase said optional equipment as part of this solicitation as follows: i High-speed/high-resolution video recording equipment, including related processing software & hardware, including synchronization with rotational speed. Offeror shall provide design details, specifically regarding accuracy of the system and synchronization methodology, actual frames per second rates of camera(s) as well as any higher synthetic frames per second rates, and details as to computer/data processing methodology used to generate any such higher rates. ii Visual image system including any appropriate analysis software & hardware, useful to observe moving parts, and also provide dynamic stress analysis types of data. Offeror shall provide design details, and specific capabilities of any such analytical system available as optional equipment for subject spin stand. iii Any additional instrumentation arrangements that would be useful in analyzing fuze components operating in high-spin environment. Contractor shall provide operational manuals for delivered equipment. Contractor is not required to submit drawings. Contractor may provide maintenance plan (parts and labor) for years beyond warranty. The maintenance plan for the out years will be listed as Option Clins in the subsequent award document. Contractor shall be responsible for providing training on, delivery, and installation of equipment (minimum 2 visits per year to verify if parts appear worn and need replacement or repair). Contractor shall warrant all parts and labor for one full year after the date of installation. Inspection and acceptance shall be F.O.B. destination. The Statement of Work, Evaluation Factors, and Submission Instructions should be released on PROCNET with solicitation on or about 15 days from this notice. The contractor shall ship the equipment to a location to be determined as specified by the Government. The POC???s on this action are Lance P. Drennan, Contract Specialist, AMSTA-AQ- APG, US Army, Picatinny, NJ 07806-5000, (973) 724-4267, email: lance.drennan@us.army.mil and Catherine John-Angle, Contracting Officer, AMSTA-AQ-APE, US Army, Picatinny, NJ 07806-5000, (973) 724-5522, email cjohnang@pica.army.mil.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-T-0720)
 
Record
SN00832761-W 20050622/050620212055 (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 |
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.