SOURCES SOUGHT
A -- Air Cooled Medium Vibration System
- Notice Date
- 1/7/2020 11:23:17 AM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- PANNWJ-20-P-0000001795
- Response Due
- 1/21/2020 12:00:00 PM
- Archive Date
- 02/05/2020
- Point of Contact
- Nicole Estrada
- E-Mail Address
-
nicole.a.estrada3.civ@mail.mil
(nicole.a.estrada3.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Contracting Command � New Jersey (ACC-NJ) Picatinny Arsenal, NJ 07806-5000, on behalf of the U.S. Combat Capabilities Development Command (CCDC) Armaments Center (AC), Quality Engineering and Systems Assurance (QESA) Directorate�s Environmental Test and Evaluation Facility, is conducting market research to identify potential qualified sources capable of producing an air cooled medium size Vibration System. The Government owns and operates numerous Vibration Systems to expose various commodities to shock and vibration environments. Presently the Vibration System suspension became inoperable at high displacement vibration. This Vibration System is no longer supported by the manufacturer and replacement parts are no longer available. Therefore, the only viable alternative is to purchase a new air cooled medium Size Vibration System. Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information, where available, for the efforts cited above.� In addition, please provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. In order to be considered as a capable source for this effort, all interested sources must include sufficient details outlining their intent to meet the following objectives: 1.1���� System Output Force Rating: ��������� Shine:� 18,000 pounds (80.1 kN) peak ����������Random:� 18,000 pounds (80.1 kN) rms ��������� Shock:� 30g 1,200 lbs. Pulse duration 11 msec. �����������������������50g 720 lbs. Pulse duration from 4 msec. to 11 msec. ���������������������� 100g 160lbs. to 270 lbs. Pulse duration from 4 msec. to 11 msec. 1.2���� Electronical Service is 480 volt 3 phase corner grounded delta service (Provided by Government). ��������� Equipment provided by contractor shall align with provided electrical service. 1.3���� Electrodynamic shaker, including: ��������� 3 inch (76 mm) pk-pk displacement ��������� Internal load support 2,500 lbs. (1,136 kg) ��������� Armature diameter 17.5 inch (445 mm) ��������� Diameter outer bolt circle 16 inch (406 mm) ����������Suspension with dual internal guidance bearings ��������� Replaceable stainless steel hex inserts ��������� Degauss coil, adjustable excitation ���������Floor vibration isolation with air mounts and damping tanks �������� Low Profile Base �������� Shaker with base size not to exceed: Length � 69 inches, Width � 46 inches, Height � 41 inches 1.4���� External shaker cooling blower, including 20 feet (6.1 M) of flexible air duct Blower Airflow 2500 CFM 1.5���� Shaker must be 100% Air Cooled. 1.6���� Shaker DC Field Power Supply with selectable Field Strength: ����������Maximum Force and Energy Save Field modes 1.7���� Class D High Efficiency Power Amplifier, featuring: ��������� 95 KVA output (direct coupled) ��������� * High Efficiency Insulated Gate Bipolar Transistor (IGBT) Technology ��������� * Special two bay EMI shielded console, on casters ��������� * Two Comprehensive Hardware operating/status control/meter panels (one on the amplifier and one in ������������ the control room) with: ������������ - Full scale LED display and bar graph for voltage and current monitoring �������������- Sequence/status pushbuttons for system startup ������������ - Automatic input signal detection circuitry for establishing voltage and current limits for random and �������������� sine ������������ - Pushbutton selection for high performance shock ������������ - Amplifier and shaker safety interlock display ������������ - Amplifier gain control ������������ - Pushbutton for external automatic sequencing startup command ������������ - Pushbutton for remote operation through remote control panel ����������* Stepdown Transformer for internal power 1.8���� Emergency STOP button at amplifier 1.9���� Set of interface cables between shaker and amplifier, up to 65 feet long 1.10�� Hardware Remote Panel (See 1.7) with 200 feet control cable to system/amp 1.11�� Magnesium Head Expander (Welded) ��������� Shaker Armature Outer Bolt Diameter 16 inches (406 mm) ����������Top Surface Dimensions: 28 x 28 inches ���������� Height 12 inches ���������� Grid of 4 inches X 4 inches with inserts 1.12��� Operating Voltage:� 480 volt 3 phase corner grounded delta. 1.13��� Equipment Rigging ���������� Rigging of old and new Shaker and Amplifier within Environmental Test Laboratory (Move the old ���������� equipment to make space for new equipment and place new equipment in to original location) ���������� a.� Disconnect existing Amplifier and all related components from existing Shaker and relocate to ��������������� adjacent building. ���������� b.� Disconnect existing Shaker and relocate to adjacent buidling. ���������� c.� Disconnect and drain existing oil cooling unit and related components, and relocate to adjacent ��������������� building. ���������� d.� Remove all oil pipes and heat exchanges connecting existing oil cooling unit and existing shaker. ���������� e.� Deliver and unload new Vibration System as described above. ����������� f.� Place Vibration System components in the locations freed by removing existing equipment ��������������� described in above sections a. through e. ����������� g. Make all new and necessary connections for new Vibration System including cooling, electrical, ��������������� controls, air. ������������Performance Requirements: ������������ a.� The contractor shall provide service/installation within 12 weeks after customer verifies that ����������������� equipment has been uncrated and moved into position. This will include a system checkout by ����������������� factory engineer to provide installation, startup the system and to provide application guidance on ����������������� its use. ������������ b.� The contractor shall ship the equipment listed in Section 3 to Alex Plotkin (all packaging and ������������������transportation) to Building 3109 (B3109), Picatinny Arsenal, NJ. ������������ c.� The contractor shall provide service to install and interconnect new Shaker (associated equipment) ����������������� and new Amplifier in B3109, Picatinny Arsenal, NJ. ������������ d.� The contractor shall provide onsite System installation and start up (labor and materials). ������������ e.� The contractor shall provide rigging of old and new Shaker and Amplifier within Environmental Test ����������������� Lab.�The installation shall meet all facility requirements to be installed on a DOD installation, which ����������������� includes installation of the equipment in accordance with applicable OSHA and NIOSH regulations. �������������f.�� For familiarization/training that the contractor will develop or administer, the contractor shall ����������������� employ trianing instruction (e.g., manuals), training criteria (e.g., desired learning outcomes and ����������������� performance goals), and evaluation methods and metrics to verify training effectiveness in ����������������� accordance with criteria (e.g., performance measurements such as number of tasks correctly ����������������� completed within a prescribed time). The contractor may use MIL-HDBK-29612-2A- Department ������������������of Defense Handbook, Instructional Systems Development/Systems Approach to Training and ������������������Education (Part 2 of 5 Parts), 31 August 2001 as guidance. ������������g.�� The contractor may conduct Usability Testing as part of the training as a means of verifying ����������������� training effectiveness IAW the training criteria and as a means by which to evaluate whether the ����������������� Target Audience users can operate and troubleshoot the system IAW established criteria for ������������������ operational modes and failure modes. Usability Testing will include an evaluation of human- ������������������ system performance to determine system reliability and effectiveness with humans in the loop. �������������������The contractor may also employ�metrics such as the�System Usability Survey (SUS) and targeted ������������������ questionnaires to gather Usability data and feedback from the training participants. �All companies interested in this notice must be registered in System for Award Management (SAM). This market survey is for planning purposes only and shall NOT be construed as a Request for Proposal (RFP) or an obligation on the part of the US Government. All information submitted will be held in a confidential status. The Offeror shall provide all information requested in this notification within 15 days of this publication by electronic mail at no cost to the US Government, to Mrs. Nicole Estrada, ACC-NJ-JA, Bldg. 9, Picatinny Arsenal, NJ 07806-5000, nicole.a.estrada3.civ@mail.mil. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions via email only.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/85bedfca93574a9bbfe2b35632c2ea2f/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ 07806, USA
- Zip Code: 07806
- Country: USA
- Zip Code: 07806
- Record
- SN05528679-F 20200109/200107230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |