SOLICITATION NOTICE
H -- Combined Synopsis/Solicitation for Vibration Table
- Notice Date
- 8/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J06T0011
- Response Due
- 8/31/2006
- Archive Date
- 10/30/2006
- Small Business Set-Aside
- Total Small Business
- Description
- It is anticipated that a firm-fixed priced, competitive purchase order will be issued for the procurement of one High Frequency Vibration Table that consist of an electrodynamic vibrator integrated with a combo-base slip table assembly, associated po wer amplifier, cabling and cooling system. The supplied Vibration Table shall meet the specifications, terms and conditions contained herein. Minimum requirements have been specified for some aspects of the system, however the vendor shall determine the overall system characteristics needed to conduct the test as specified at paragraph 1.0 herein. Statement of Work: 1.0 Objective. This specification covers the requirements for the acquisition of one electrodynamic vibration system. The primary use of this system will be to simulate the environment experienced by commodities during air transport, both airplane and he licopter. The vibration profiles used for this test will be category 8 (aircraft - propeller) and category 9 (aircraft - helicopter) from MIL-STD-810F section 514.5. Category 8 is a 15Hz 2000Hz broadband profile with four sinusoidal spikes at 85Hz (0.6 4 g), 170Hz (0.4 g), 255Hz (0.24 g), and 340Hz (0.15 g). The vibration level for the category 8 is approximately 4.5 GRMS. Category 9 is a 10Hz 500Hz broadband profile with four sinusoidal spikes at 5.4Hz (0.132 g), 10.8Hz (1.08 g), 21.6Hz (2.16 g), an d 32.4Hz (2.5 g). The vibration level for the category 9 is approximately 3 GRMS. 2.0 Requirement. The Vibration Table shall consist of an electrodynamic vibrator integrated with a combo-base slip table assembly, associated power amplifier, cabling and cooling system as required. Although minimum specifications are listed for some characteristics of th e system, the vendor shall determine the actual specifications needed in order to conduct the test, as specified above. As stated in 2.1.9, an acceptance test with an actual container and fixturing shall be conducted by the vendor with the test specified above. Preferred design is a Vibration Table containing the capability to perform the above tests on the commodity identified at 3.1.1 herein (CLIN 0001) and the Fixturing identified at 4.0 herein (CLIN 0002). However, alternative approaches will be considered f or individual component(s), at the CLIN level specified below, and for a unit which meets the minimum specifications stated at 2.1 herein and contains the capability to perform the above test on the commodity identified at 3.1.2 herein. When submitting quote(s) the vendor shall use the following CLIN structure to identify the quoted item: CLIN 0001-Vibration Table CLIN 0002-Fixturing 2.1 Minimum Specifications: 2.1.1 Dimensional limitations. All proposed systems shall fit within the confines of the room currently being used for high frequency vibration as well as the Russells environmental chamber located within that room, Drawings 1 and 2. Note: The container described in 3.1.1 will not fit within the confines of the chamber as shown in the drawing. To test that container, an extension will have to be fitted to the chamber to allow the container to be tested outside the chambers interior. (This extension is not a requirement of this solicitation). 2.1.2 Vibrator. Minimum of 8,000-pounds force Sine, 8,000-pounds force Random, and 15,000-pounds force Shock. Minimum 2-inches of displacement. Minimum of 100Gs peak acceleration Sine and a minimum of 90Gs peak acceleration random (tested to ISO 5344). Frequency range of DC to 2,500 Hz minimum. Armature diameter shall be a minimum of 17-inches. Armature resonance shall be greater than 2KHz. Vibrator shall be entirely air cooled. Internal pneumatic armature load support and automatic armature centering for loads up to 1,500-pounds minimum. Specimen attachment points shall be replaceable stainless steel inserts. External Shaker Cooling Blower and 20-feet of flexible air duct. 2.1.3 Combined slip table assemb ly with exciter. Vibrator and slip table shall be mounted on a combined base and permanently aligned at the factory. No on-site adjustments or modifications shall be required. An isolation system shall be included that provides vibration isolation between the combined base and the floor in both vertical and horizontal modes through the full range of supported frequencies. No seismic masses will be required to utilize this syste m. No isolation between the support base and the floor shall be required. Slip table shall be constructed of magnesium and granite for the support table. Slip table shall have a minimum of a 48-inch x 48-inch working area and shall fit within the confines of the current Russells environmental chamber. The slip table bolt pattern shall include the armature insert pattern as well as a have a 4-inch x 4-inch grid of 1/2-13 or larger threaded inserts that covers the entire useable table surface. The vendor shall specify the bearing system on the slip table to ensure that the specified containers and test parameters can be run without damage to the system. A test container and the fixturing shown in Drawing 3 will be made available for the awardee to test at his site. Modifications of mounting holes in the existing fixturing is permissible but will be the responsibility of the vendor. Recirculating oil system with constant flow. Flow shall be independent of payload on slip table. The oil system shall include safeguards to prevent the oil film from getting cold during usage with environmental chamber during cold cycles as well as prote ction from water that condenses in/on the environmental chamber during cold cycles. The driver bar shall be magnesium and shall include all associated hardware to connect slip table to vibrator. Vibrator shall be switchable from horizontal to vertical mode without the aid of external equipment or additional personal. The combo base shall have air casters to allow for easy positioning under the existing environmental chamber. 2.1.4 Power amplifier. High Efficiency Insulated Gate Bipolar Transistor (IGBT) Technology power amplifier sized appropriately for specified vibrator. Amplifier shall be entirely air cooled. The amplifier / vibrator / accessories shall utilize 480VAC 3-phase power and/or 110VAC single phase power. The amplifier shall be housed in one EMI shielded, single bay cabinet mounted on castors. Comprehensive operating/status meter panel. Normal operation and diagnostic indicators shall be visible without removing covers or opening drawers. Operator panel should include a status display on safety interlocks, gain control, pushbuttons for startup and shutdown, pushbutton for shock test selection, etc. The amplifier shall be compatible with existing Spectral Dynamics Jaguar Controller. Interface cables between shaker and amplifier, shall be a minimum of 25-feet in length. Remote control capability shall be include to allow the amplifier to be positioned with a wall in-between the Jaguar Controller and the amplifier. (Cable distances up to 25-feet). Safety Interlocks. The amplifier shall have integrated interlocks to prevent operating the vibrator in situations that would result in damage to the vibrator, amplifier or slip table, i.e. oil pressure sensor, temperature sensors, voltage and current sens ors, overtravel limit switches, etc. Amplifier acoustic noise measured at 2-meters shall be less than 75 dBA. 2.1.5 Given the inexactness of the test containers center of gravity when loading it with inconsistent materials, each vendors proposals shall accommodate a center of gravity that can vary up to +/-6-inches end-to-end or side-to-side, for the appropriate container, to allow for the pitch, roll and yaw forces that will be generated on the slip table. 2.1.6 System shall include two complete sets of manuals covering installation, maintenance and operation as well as one electronic copy on CD. 2.1.7 The contractor shall provide on-site checkout, startup and training. 2.1.8 Packaging: The vendor shall package and transport the electrodynamic vibration system in accordance with best commercial practices. The combo-base housing the vibrator and slip table shall be shipped fully assembled on a flatbed semi to allow for s ide and/or crane unloading. The vendor shall supply instructions for safe unloading of the combo-base. 2.1.9 Inspection/Acceptance: The vendor shall perform quality assurance inspections in accordance with best commercial practices. The vendor shall demonstrate that their system meets the system specifications through actual testing with the specified vib ration profiles using an actual container and specified fixturing at the designated delivery point. 3.1 Commodities: The commodities that will be tested are a family of steel containers that are cylindrical in shape and vary in size and weight. The container measurements are as follows: 3.1.1 Container number one (Drawing 4) is cylindrical shaped with flanges at both ends of the cylinder. Overall length of the body of the container is 56-inches. The outer diameter of the body of the container is 12 inches and the diameter of the flanged ends is 15-inches. The center of gravity of the container during testing is approximately halfway between the ends of the container and inline with the center point of the cylinder. The gross weight of container number one is 375-pounds. This container will be tested in two orientations both of which have the long axis of the container horizontal. In the first orientation, the long axis of the container is parallel with the thrust axis of the vibrator and in the second orientation the long axis is perp endicular to the trust axis. 3.1.2 Container number two (Drawing 5) is a larger cylinder mounted on a base that has built-in forklift pockets. The overall dimensions of this container are 48-inches tall by 35-inches round with a base of 45-inches by 45-inches. The gross weight of co ntainer #2 is 1700-pounds. The center of gravity of the container during testing is approximately 24-inches above the bottom of the container approximately in the center of the length and width dimensions. This container will be tested on its skids with orientation one being one side of the container and orientation two being a side 90-degrees to the first orientation. Container number two, at paragraph 3.1.2 herein, will be tested on the base that it is mounted to. The vendor shall be responsible for securing container two and supplying the necessary hardware to mount the container to the slip table. Test containers are traditionally loaded with a combination of steel, sand, and sawdust, bringing the container to its test weight. The proper combination of materials is achieved when 95% or more of the container volume is filled when the test weight is achieved and the center of gravity of the container is approximately at the dimensional center of the container. 4.0 Fixturing (CLIN 0002) The fixturing used to secure container number one, at paragraph 3.1.1 herein, to the slip table consists of heavy steel brackets and phenolic ring adapters to allow for multiple sized containers to be tested with the one set of f ixtures. The total weight of the fixturing is 460-pounds. See fixture drawing, Drawing 3. Delivery of Vibration Table shall be made within 24 weeks after award. Drawings will be made available by request to the Contract Specialist. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J-06-T-001 1. This RFQ replaces RFQ number W52P1J-06-T-0010, which was previously cancelled. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2 005-09, Effective 19 May 2006. Quotations submitted in response to this solicitation shall include: (1) supplier part number, supplier part name, and unit price, inclusive of shipping, conforming to the minimum requirement, as stated above trade-in allowance is being quoted (2) identification the corresponding CLIN to identify the quoted item. When submitting quote(s) the vendor shall use the following CLIN structure to identify the quoted item: CLIN 0001-Vibration Table CLIN 0002-Fixturing In addition, as noted above vendors are encouraged to submit alternate quotes for a Vibration Table that will perform the test identified at paragraph 1.0 above for the commodity at 3.1.1 and 3.1.2. The quoted Vibration Table shall meet the minimum specif ications at 2.1 and other requirements herein. Vendors shall identify the capability of their quoted Vibration Table (i.e. for commodity at 3.1.1 and/or 3.1.2) with their quote. (3) Descriptive literature is required, for the purpose of evaluation and award, to establish details of the product offered. Descriptive literature means information furnished by the vendor, such as cuts, illustrations, drawings, and brochures, which sh ows a products characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. Provided desc riptive literature shall be kept to a minimum. If the vendor fails to submit descriptive literature with its quote, the Government will reject its quote. (4) verification of delivery of Vibration Table, FOB Destination, no later than 24 weeks after award to: ECBC Rock Island AMSRD-ECB-END (Quinn Hartman) 1 Rock Island Arsenal, Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 334519 and the small business size standard is 500 employees. The following FAR/DFARS clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM : 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase order(s) resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government, price and technic al factors, as stated above, considered. A comparative evaluation of CLINs and quoted units will be made. In addition, quotes will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one awa rd (multiple awards). Affordability and/or available funding may be a deciding factor in award. 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act, Balance of Payments Program, Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic Fund Transfer-Central Contractor Registration. 52.232-1, Availability of Funds; 52.247-34, F.o.b. Destination. Interested sources may submit a firm-fixed priced quotation which will be considered. Responses to this RFQ must be received by the Contract Specialist, Jessica Dobbeleare, no later than 31 August 2006, at jessica.dobbeleare@us.army.mil; facsimile (309)782-7257, or HQ, Army Sustainment Command, AMSAS-ACD-B (J. Dobbeleare), 1 Rock Island Ars enal, Rock Island, IL 61299.
- Place of Performance
- Address: U.S. Army Sustainment Command ATTN: AMSAS-ACD-B Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01111829-W 20060812/060810221519 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |