Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOURCES SOUGHT

66 -- Vibrometer

Notice Date
7/19/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0110
 
Archive Date
8/18/2012
 
Point of Contact
Diane X. Chen, Phone: 9375224584
 
E-Mail Address
Diane.Chen@wpafb.af.mil
(Diane.Chen@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing one (1) upgrade of PSV-400-H4 system to a three-dimensions scanning laser vibrometry system to conduct research in multiple test facilities of the effects of acoustics and vibrations on aerospace structure. Firms responding should specify that their three-dimensions scanning laser vibrometry system meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The minimum required specifications for the one (1) upgrade of PSV-400-H4 system to a three-dimensions scanning laser vibrometry system are as follows: 1. The system must be an all-in-one system to acquire and process full field vibration measurements of structures up to several square meters in size. Measurement of 3-D dynamic velocity and displacement measurements of structures. The system must be able to scan the geometry of complex structural surfaces used in aerospace systems 2. Ability to calculate dynamic stress and strain; the system must have the ability to calculate both dynamic stresses and strains including linear and shear, von mises stresses, and principle stresses 3. Minimum Bandwidth of 0-80 kHz 4. Velocity range of 0.01 micrometers per second to 10 meter per second 5. Laser scanner resolution of at least plus or minus 0.002 degrees 6. Ability to process velocity data into principle stress with a resolution of one (1) microstrain; the principal stress should be strain 7. Ability of each of the three laser vibrometer units to be used independently as a stand only device to measure single point response measurements 8. Ability to store, process, and animate time domain and frequency domain data 9. Acquire a minimum of four (4) channels of dynamic data with an integrate IEPE signal conditioning 4 mA, 24V supply 10. Ability to scan and process exportable geometry files of structures 11. Ability to provide 3-D animations of mode shapes and operating deflected shapes (ODS) The Company to offer this particular 3-D scanning laser vibrometer system must also be willing to accept a trading-in of competitive brand of scanning laser systems toward the purchase of a new system. The Contractor is responsible for receiving the Government owned PSW-400-H4 system, installing and checking out the upgraded hardware and software; and providing training to approximately ten (10) people on the new system for two (2) days at the Government site. Firms responding should indicate whether they are a large or small business. If a small business, please specify the type (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the average number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334516 "Analytical Laboratory Instrument Manufacturing". The Air Force reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. FOB Destination. Payment terms by Wide Area Work Flow Acceptance. Net 30 days. Any information submitted by respondents to this sources sought synopsis is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product/service specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Diane.Chen@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAB POC: Diane Chen, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. Eastern Daylight Time, 3 August 2012. Direct all questions concerning this acquisition to Diane Chen at (937) 522-4584 or at Diane.Chen@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0110/listing.html)
 
Place of Performance
Address: 2790 D St, Bldg 65, Room 105N, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02809636-W 20120721/120720001503-3c720d236c4bc71bd056645e7768673b (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 |
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.