SOLICITATION NOTICE
43 -- HYDRAULIC CART
- Notice Date
- 8/14/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC08262446Q
- Response Due
- 8/27/2008
- Archive Date
- 8/14/2009
- Point of Contact
- Syreeta J. Stewart, Contract Specialist, Phone 216-433-8673, Fax 216-433-2480, />
- E-Mail Address
-
Syreeta.J.Stewart@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for one (1) Hydraulic Cartaccording to specifications: The hydraulics cart will provide hydraulic fluid to fill and checkout a test article. (The test article operation is beyond the scope of this project.) System cleanliness isextremely important. Experience indicates that if components are cleaned prior to systembuild-up, it is easier to meet the overall system cleanliness requirements. Cleanlinessof the cart hydraulic system needs to be measured by the contractor and will be verifiedby the government prior to acceptance of the hardware.Prior to attachment to the testarticle, the cart will be verified clean through sampling. The cart need to be designedfor internal recirculation and sampling. The hydraulics cart will provide 18 gpm at 3200 psig of MIL-H-83232 hydraulic fluid tothe test article. The hydraulics cart will be able to regulate the pressure to the testarticle to multiple reduced levels (at a minimum 60 psig and 1000 psig). A heatexchanger is required to maintain the hydraulic fluid temperature at acceptable levelsand multiple isolation valves are required during various operations.A notional schematic for the hydraulic cart is shown in Figure 1. Instrumentation hasnot been shown for simplicity.Statement of Work1.The hydraulics test cart (HTC) shall be designed for a supply side pressure of3200 psig and a return pressure of 100 psig.2.Piping shall conform to ANSI B31.3 3.All components used in the HTC shall be compatible with MIL-H-83232 hydraulicfluid.4.The HTC shall meet cleanliness levels with particulate contamination no more thanSAE AS 4059, Class 5 (ISO Code 14/11 per ISO 4406). Certification of cleanliness levelsincluding particle counts shall be submitted to the government. The government willperform independent sampling and verification before acceptance of the HTC.5.The HTC shall not generate noise in excess of levels established in 29 CFR 1910. Noise abatement techniques shall be used to mitigate noise in excess of the requirement.6.The HTC shall have a sample needle valve located upstream of the return linefilter.7.Power connection to the HTC shall be through a cable with a standard disconnect(plug) that interfaces with the facility.8.All conductive components shall be bonded to the structure per NFPA 70 (NationalElectric Code). 9.The HTC shall provide a 3/8 ground lug to interface with the facility ground.10.The HTC shall be filled with MIL-H-83232 hydraulic fluid for delivery to thegovernment.11.HTC Fluid Filla.Fluid shall be pumped (using a barrel pump) into the HTC. The HTC shall have a connection for fluid transfer. Dust caps shall be provided on the HTC connection tominimize contamination.b.A fluid filter shall be provided on the HTC between the between the fill port andthe reservoir.The filter shall be 5 microns nominal.Differential pressure across thefilter shall be monitored.c.An isolation valve mounted on the HTC shall isolate the reservoir from the fillport/filter. 12.HTC fluid conditioninga.Isolation valves shall be mounted on the HTC to connect the HTC to a fluidconditioning subsystem. (The fluid conditioning sub-system is a standalone governmentsupplied system.) The connection shall be JIC 370 flare. The supply to the fluidconditioning subsystem shall be 1 and the return shall be 1.Dust caps shall beprovided on the HTC connections to minimize contamination. 13.Reservoir: The HTC shall contain a reservoir.a.The minimum capacity shall be 23 gpm and shall be sized based on industry bestpractices. (The HTC will fill test article with approximately 6 gallons of fluid. TheHTC will then drive the test article with 3200 psig/18 gpm.) The reservoir shall includeat least 10% expansion space.b.The reservoir shall be designed to isolate fluid from the environment.This canbe accomplished using a bellows sealed reservoir, a non-absorbing float, or other meansto prevent air borne contaminants (dust, water vapor, etc).c.The reservoir shall contain a pressure (or vacuum) break to prevent damage to thereservoir. The vent shall contain a desiccant type dryer to prevent moisture intake.d.Internal baffling shall be included to separate return flow from the suctioninlet and to minimize fluid turbulence.e.An access plate shall be provided to allow for reservoir inspection and cleaning. The access plate shall be positioned such that no other parts on the HTC have to beremoved to perform service. The access plate shall be replaceable without refurbishment.f.The reservoir shall have a site glass to indicate system fluid level.g.The geometry of the reservoir shall promote fluid settling of contaminants awayfrom the suction line.14.Hydraulic Pumpa.The HTC shall incorporate a pressure compensated variable displacement pumpcapable of providing at least 18 gpm flow at 3200 psig.b.The motor pump shall be powered by 480 VAC. Motor starter and control circuitsshall be designed per NFPA 70.Motor starter shall have auxiliary contacts for startercontacts and overload devices.Motor protection devices shall interrupt all 3 phaseswhen a fault is sensed in any phase.c.Provision shall be made in the pump inlet line for connection of a vacuum gaugefor diagnostic purposes.d.A 5 micron absolute filter shall be located downstream of the pump. Differentialpressure across the filter shall be monitored.e.Pump operation shall be controlled from a front panel on the HTC. The front facepanel shall have an emergency stop for the pump.f.Contacts for pump controls shall be paralleled to an electrical connector whichmay be used for remote operation.15.Filtersa.Filter shall be provided on the reservoir fill, downstream of the pump and in thereturn line.b.Filters shall be rated for system working pressure.c.Filters shall have 5 micron elements and the elements shall be replacable.d.Filters mounting shall allow for element replacemente.Filters shall be mounted in such a way that filter replacement can beaccomplished without draining the system. If the geometry of the piping does not allowfor replacement without draining the system, isolation valves (upstream and downstream ofthe filter) shall be provided to minimize fluid loss.16.Pressure Controla.The ability to adjust pressure shall be provided. The pressure must beadjustable across the range from 50 psig to 3200 psig.b.Provisions shall be made for pressure gauges to set and monitor valve operation c.Human factors shall be considered when locating the valve(s). (e.g. The valve(s)must be accessible and pressure gauge readily readable.)17.Supply Connections The HTC shall provide four (4) high pressure connections tothe test article. Each connection shall be isolated. The connection sizes/names are asfollowsa.Rock High Pressure Fill (5/8)b.Tilt High Pressure Fill (5/8)c.Rock High Pressure Bleed (1/4)d.Tilt High Pressure Bleed (1/4)18.Return Connections - The HTC shall provide four (4) low pressure connections tothe test article. Each connection shall be isolated. The connection sizes/names are asfollowsa.Rock Low Pressure Fill (3/4)b.Tilt Low Pressure Fill (3/4)c.Rock Low Pressure Bleed (1/4)d.Tilt Low Pressure Bleed (1/4)19.Isolation valvesa.Isolation valvesi.Valves shall be provided to isolate the following1.Off Board Fill system from the HTC2.Fluid conditioning subsystem from the HTC3.Pump4.Rock High Pressure Fill5.Tilt High Pressure Fill6.Rock High Pressure Bleed7.Tilt High Pressure Bleed8.Rock Low Pressure Bleed9.Tilt Low Pressure Bleed10.Hydraulic cart fluid sampling11.valves necessary for cart internal circulation (kidney loop circulation)12.valves necessary for vacuum fill operation (Vacuum Cart is a government suppliedstand alone system.)b.Remotely operated (electrical) isolation valves shall be operated from the frontface control panel. Contacts for valve operation shall be paralleled to an electricalconnector which may be used for remote operation.c.Human factors shall be considered when locating the manually operated isolationvalve (e.g. The valve must be accessible.) Human factors may drive the choice betweenmanually and electrically operated valves.d.Isolation valves shall provide a minimum pressure drop20.The Rock and Tilt Low Pressure Fill valves shall be able to provide 80 psig backpressure 21.Heat Exchanger A return loop heat exchanger is required. a.The heat exchanger shall be designed to remove the heat generated by thehorsepower of the hydraulic pump. Hydraulic fluid temperatures shall be maintainedbetween 140-160oFb.Pressure drop across the heat exchanger shall not exceed 15 psigc.Water can be supplied to the heat exchanger at a 70 F (nominal) and XX gpm. Maximum return line water temperature is 100 F.22.Tilt and Rock Low Pressure Relief valves Relief valves are required to protectthe test article from over pressure.a.Relief valves should be sized for full pump flow at 110% of the crackingpressure.b.Relief valve set pressure should be 100 psig.c.Provisions shall be made for pressure gauges to set relief valves23.Return line filter shall be 5 microns.Differential pressure across the filtershall be monitored.24.Supply and return line temperature (upstream and downstream of the heatexchanger) shall be displayed25.Hoses Hydraulic hoses will be required to connect the HTC to the test article. The hydraulic hoses will also be required to connect the high pressure and low pressurefor circulation of fluid through the carta.Eight (8) hydraulic hoses shall be providedi.Two (2) 5/8 hoses (Rock High Pressure Fill, Tilt High Pressure Fill)ii.Four (4) hoses (Rock High Pressure Bleed, Tilt High Pressure Bleed, Rock LowPressure Bleed, Tilt Low Pressure Bleed)iii.Two (2) hoses (Rock Low Pressure Fill, Tilt Low Pressure Fill)b.The 5/8 and hoses shall be rated for the pump output pressure. The returnline hose shall be rated for at least 100 psig.c.Hydraulic hoses shall have standard line size JIC 37o flare female connections onboth ends d.Fittings shall be provided for connecting the high-low pressure system forcirculationi.Rock High Pressure Fill (5/8) to Rock Low Pressure Fill (3/4)ii.Tilt High Pressure Fill (5/8) to Tilt Low Pressure Fill (3/4)iii.Rock High Pressure Bleed (1/4) to Rock Low Pressure Bleed (1/4)iv.Tilt High Pressure Bleed (1/4) to Tilt Low Pressure Bleed (1/4)e.All hose connections and fittings used for connection shall be provided with capsor plug to maintain system cleanlinessf.The hoses shall meet cleanliness levels with particulate contamination no morethan SAE AS 4059, Class 5 (ISO Code 14/11 per ISO 4406). Certification of cleanlinesslevels including particle counts shall be submitted to the government.g.All hoses lengths shall be 25 feet.26.The HTC shall be move-able. The tires or casters shall be mate of solid rubberor other materials not requiring inflation. The HTC shall be equipped with a parkingbrake requiring no tools for activation.27.The HTC shall be designed to minimize size while still allowing for preventativemaintenance.28.The contractor shall provide a schematic of the HTC for government review within2 weeks of award of contract.29.The contractor shall provide a layout drawing of the HTC for government reviewwithin 4 weeks of award of contract.30.The contractor shall deliver operations manuals, recommended preventativemaintenance items, and electrical wiring and mechanical layout drawings for use inoperating and maintaining the HTC.31.Additional in-line instrumentation shall be quoted as separate options: flowmeter, particle counter, air content measurement, water content measurement.32.Acceptance Tests: The contractor shall perform acceptance testing at their site. Test procedures shall be reviewed with the government. Data shall be taken andwitnessed. The contractor shall notify the government approximately 1 week in advance oftesting so that the government can send a representative to witness the testing ifdesired. At a minimum, the acceptance testing shall:a.Demonstrate fluid/system cleanliness through sampling and, if applicable, comparesample results with on-board instrumentationb.Demonstrate that the pump is capable of producing 3200 psig pressurec.Demonstrate that the system can produce multiple pressure ranging from 60 to 3200psigd.Demonstrate that the system can maintain a backpressure of 80 psig at the returnline inlet valves.Notional schematic drawing can be provided upon request.The provisions and clauses in the RFQ are those in effect through FAC 2005-26;http://nais.nasa.gov/far/PAGE.The NAICS Code and the small business size standard for this procurement are 333999.All responsible sources may submit an offer which shall be considered by the agency.Delivery to GRC is required by September 26, 2008. Delivery shall be FOB Destination.Offers for the items(s) described above are due by August 27, 2008, by 5:00 p.m. COB toSyreeta Stewart, NASA Glenn Research Center, Attn: Syreeta Stewart, MS 500-319, 21000Brookpark Road, Cleveland Ohio 44135 and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, CAGE code, DUNS number, and be signed by an authorized companyrepresentative. 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/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 via e-mail tosyreeta.j.stewart@nasa.gov not later than August 22, 2008. Telephone questions will notbe accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: Delivery, Maintenance,warranty shall also be considered. It is crucial that offeror provide adequate detail.(SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f502688dbe027b7012b3e9e4bd357218&tab=core&_cview=1)
- Record
- SN01640718-W 20080816/080814223656-f502688dbe027b7012b3e9e4bd357218 (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 |