Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
MODIFICATION

66 -- Full Field 3D Strain Measurement System/Laser Vibrometer

Notice Date
5/3/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-02-R-TB01
 
Response Due
5/20/2002
 
Archive Date
5/20/2003
 
Point of Contact
John Booros, Contract Specialist, Phone 202-767-2120, Fax 202-767-5896, - Wayne Carrington, Contracting Officer, Phone 202-767-0393, Fax 202-767-5896,
 
E-Mail Address
booros@contracts.nrl.navy.mil, carrington@contracts.nrl.navy.mil
 
Description
This is a complete rewrite of the synopsis with the same number issued on 01 May 2002. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-02-R-TB01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular - FAC 01-07.The associated NAICS code is 333314 and small business size standard is 500 employees. NRL has a requirement for a Full Field 3D Strain Measurement System/Laser Vibrometer. The specifications below define the requirements for a 3D Electronic Speckle Pattern Interferometry (ESPI) / Vibrometry system for the Naval Research Laboratory. The 3D ESPI is a laser-based interferometry measurement system that provides simultaneous deformation and strain measurements on all three X, Y and Z axes. The vibrometry aspect of the specifications will provide a synchronized laser system for the 3D measurement and analysis of modal shapes and displacements for specimens undergoing vibrational loading. The required system shall meet or exceed the following specifications: CLIN 0001 - 3D ESPI strain measurement system. The 3D ESPI strain measurement system must include a laser, a high-resolution digital camera, and a data processing computer system with proper software and hardware for the ESPI system. The laser must have a power rating sufficient to illuminate an area of the maximum dimensions given below for the ESPI measurements. The laser cooling must be self-contained with standard power connections. The camera must have at least 1.2 MegaPixel capability. The computer must have at least 1.0 GHz speed, 512 kilobyte memory, 80 megabyte internal hard drive, networking card, internal Zip drive, CD-ROM burning capability, and all the appropriate software required to operate the ESPI system and calculate the 3D deformation and strain fields. The ESPI system must also have the proper mechanical and electrical mounting fixtures to attach the system to both an Material Testing System (MTS) hydraulic test machine and an Instron screw-driven test machine (Model 1123). This system must allow for the addition of a more powerful synchronized laser (See CLIN 0002) and a 3D video image correlation system (See CLIN 0004). The 3D ESPI system must meet or exceed: Optics that allow a minimum measuring area down to 0.39" x 0.39" (10 mm x 10 mm) - Maximum measuring area of 6" x 6" (152.4 mm x 152.4 mm), -Measurement accuracy of 50 nm, -Maximum time of data acquisition of 2 sec. CLIN 0002 - ESPI vibrometry modal analysis (VMA) system. The ESPI vibrometry modal analysis system must include a synchronized laser system to perform full field modal analysis of a specimen undergoing vibrational loading. The laser needs to be powerful enough to properly illuminate a 6" x 6" (152.4 mm x 152.4 mm) specimen. This laser must be a 2W a diode-pumped Nd-YAG laser. This system must use the optics, camera and computer system in CLIN 0001 and have interchangeability with CLIN 0001. The ability to interchange the two lasers in CLIN 0001 and CLIN 0002 must be included. The system must include the proper connections to synchronize the laser system to various vibrational signals. The 3D ESPI VMA system must meet or exceed: Optics that allow a minimum measuring area down to 0.39" x 0.39" (10 mm x 10 mm), Maximum measuring area of 6" x 6" (152.4 mm x 152.4 mm), Measurement accuracy up to 50 nm, Capable of measurements up to 20 kHz. CLIN 0003 - Vibration Optical Table. A vibration optical table must be included to increase the accuracy of the 3D ESPI vibrometry system. This table must meet or exceed: Maximum dynamic deflection coefficient of not more than 0.6 x 10 to the minus 3 , Maximum relative motion value of not more than 5.0 x 10 to the minus 9 inch, 8" thickness, 8' x 4' work area, .25"-20 holes on 1" grid, Include mounting fixtures for 3D ESPI system. CLIN 0004 - High Resolution Video Image Correlation System (Option CLIN). The 3D video image correlation system must provide full 3D deformation and strain measurements at real-time speeds. The system uses two digital video cameras to measure periodic or random patterns on a specimen surface under loading with acquisition rates up to 20 Hz. This system must use the computational system of the 3D ESPI system and allow for the interchange between the two illumination methods (laser and regular lighting). This system must meet or exceed: Dual high-resolution cameras - minimum of 1.2 MegaPixel resolution each, Data acquisition times from 0.1 milliseconds up to 1 second, Adaptability to 3D ESPI infrastructure. CLIN 0005 - Standard Commercial Warranty. All equipment must be delivered with the standard commercial warranty for the equipment. The warranty begins at the conclusion of installation and training. CLIN 0006 - Optional Standard Commercial Extended Warranty (Option CLIN) CLIN 0007 - Installation and Training. There must be complete installation and operation of the 3D ESPI system with a functional computer system. There must be on-site training immediately follow the completion of the installation. The training must include basic operation, calibration and use of the computer hardware and software. CLIN 0008 - Site Preparation. The vendor must modify this laboratory for laser use to the extent specified in this paragraph. No site visit is anticipated. The laser safety design for the inspection room should meet all local, federal and CDRH laser safety requirements for the laser system, for all operational, maintenance and service modes of operation. The design shall be automatic and fully integrated into the laser system design and operation. The vendor shall have documented experience with US laser safety regulations and laser system safety design. This equipment must include: Emergency shutdown switches, Safety interlocks for door access, Optical blinds for windows or another safety system to limit laser light outside of laboratory room. There are 12 windows which measure 22" x 59". They are located on the same wall in two groups of six. CLIN 0009 Operating manuals (1 set) Delivery and acceptance at NRL, 4555 Overlook Ave. SW, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 120 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.232-33, and FAR 52.247-64. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: DFARS 252.225-7000, DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.225-7036, DFARS 252.204-7004, DFARS 252.227-7015, DFARS 252.227-7037, and DFARS 252.232-7009. The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and 2 copies of the proposal shall be received on or before 4:00 P.M. local time, 20 May 2002 at the Naval Research Laboratory, Attn: Contracting Officer, Bldg. 222, Room 115, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact listed below.
 
Record
SN00071220-W 20020505/020503213352 (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.