Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2003 FBO #0539
SOURCES SOUGHT

66 -- Laser Based Inspection System (LBIS) for MS-50 Cal Gun Tube

Notice Date
5/20/2003
 
Notice Type
Sources Sought
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DABK41-03-T-1513
 
Response Due
5/29/2003
 
Archive Date
7/28/2003
 
Point of Contact
Linda Renteria, 928-328-6355
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(linda.renteria@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a Sources Sought synopsis for a Laser Based Inspection System for M2 50 Cal gun tube In support of Yuma Test Center, Electronics Division, Meteorology and Simulation Branch at U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ. All interested partie s shall submit a complete technical package to meet the requirements listed below. Statement of Work (SOW) for Laser Based Inspection System for 50 Cal M2 gun tube. C.3.1 SCOPE. C.3.1.1 PURPOSE: This specification covers the requirements for the Laser ba sed inspection system (LBIS) for 50 cal M2 gun tubes. This LBIS will be utilized for in bore surface wear profiling, dimensional measurement, laser video imaging, and laser scanned fluorescent signal inspection. C.3.2 GENERAL DOCUMENTATION - The followin g documents shall be supplied with the LBIS: 1. Two complete sets of operator??????s manuals. 2. Certificate of calibration and commercial warranties. C.3.4 ENVIRONMENT - The LBIS shall be operated in environment within 50 to 110 degree Fahrenheit, bet ween 10 to 95 % relative humidity, power of 120 VAC (+/-10%), 60 Hertz. C.3.5 GENERAL REQUIREMENT - The LBIS shall be operated as completed turnkey system and include following major components: 1. System control unit (SCU); 2. Laser profiling probe (LPP) ; 3. Motor controller Unit (MOU); 4. Probe delivery system (PDS); 5. System software; 6. System accessories. The components of LBIS are to be new. No demonstration or used components will be acceptable. C.3.5.1 System control unit (SCU): C.3.5.1.1 - SC U shall be portable, 6 lbs. or less, suitable for field and laboratory application. The dimensions of SCU shall be as follows: Height: 4 inches maximum; Width: 10 inches maximum; Length: 12 inches maximum. C.3.5.1.1 SCU - shall have automatic power contr ol, three level fixed laser power control. C.3.5.1.2 - Auto mode shall be smart laser class I laser control that has built in sensor in open air. C3.5.1.3 SCU shall have at least three level analog photo detector output gain control, Sum-Hi and Sum-low L ED signal indicators, auto-null offset removal. C.3.5.1.4 SCU - shall have external input port for electromagnetic probe or sensor signals. C.3.5.2 Laser profiling probe (LPP). C.3.5.2.1 - LPP shall have measuring range from 0.480 to 0.550 inch diameter , resolution 0.0001 inch or better, and sensor linearity 0.0005 inch or better. C.3.5.2.2 - LPP shall have maximum laser output power 5 mW (CW) and laser wavelength shall be 650nm. C.3.5.2.3 Laser classification shall have class I for auto mode (pulsed) and class IIIb for test mode (CW). C.3.5.2.4 - LPP shall produce maximum laser spot size 0.0025-inch diameter over measuring range. Dynamic operating range shall be 100,000:1 or better. Maximum probe diameter shall be 0.450 inch with non-metallic centerin g devices. C.3.5.2.5 - Linear sampling resolution shall be 0.002 inch per sample or better. C.3.5.2.6 - Angular sampling resolution shall be 0.6 degree per sample or better. C.3.5.3 - Motor controller unit (MCU) shall be portable unit, 6lbs. or less, for use in laboratory and field environment. C.3.5.3.1 - MCU shall have two-axis servo motor power supply and amplifier unit for axial sensor positioning and sensor rotation control. C.3.5.3.2 - The dimensions of MCU shall be as follows: Height: 4 inches ma ximum; Width: 10 inches maximum; Length: 12 inches maximum. C.3.5.4 Probe delivery system (PDS) shall have following features: Precision axial sensor positioning; Portable unit for use in laboratory and field environment; Rigid sensor delivery unit for pr ecise sensor positioning. C.3.5.4.1 - PDS shall have maximum weight of 20 lbs and maximum dimensions as follows: Height: 4 inches; Width: 10 inches; Length: 60 inches. C.3.5.4.2 - PDS shall include certified 5-calibration rings with tolerance +/-0.0003 i nch or better. C.3.5.5. - System software shall be windows based operator interface. C.3.5.5.1 - Motion control: Operator-configurable motion control for up t o three (3) axis motion. Any combination of Stepper-motor or DC servo motor control for up to three (3) axis of motion. Operator-configurable scan routines for helical, step/increment and raster scans, Variable scan control with resolution to as low as 0 .002 inch per increment, Operator-activated Forward/Reverse, Go-to, Return-to-Home and Jog motion control, Enable/Disable Forward/Reverse motion control, De-energize axis after each motion, Encoder position display for each axis, Encoder Set, Reset, Set-to and Zero functions. C.3.5.5.2 - Data Acquisition: Operator-configurable data acquisition routines ?????? storable as unique files; Performance calculation showing resulting scan duration, completion time and data rate. C.3.5.5.3 - Data Display and Analy sis: Surface contour display with 256 color, Gray-scale, Thermal and Solid Color options for dynamic color pallet, Multiple color palette application to any Color Plot display, Laser Video???? Image of data displaying fine scratches, heat checking and Disc oloration, Cross-sectional and axial display of surface profile data, Analysis modules for post processing of data including but not limited to calculating: area, ovality, max diameter, minimum diameter, horizontal reference subtraction, vertical reference subtraction, remove centering offset, remove DC offset, remove undefined data, remove bad data, variable median filter, averaging filter, invert data, Zoom, pan and rotate display functions, Dual image comparison - allowing operators to superimpose two da ta sets for evaluation and quantitative feature comparison. File and bitmap image editing and export. C.3.5.5.4 - Multiple Data Acquisition and Display shall be capable of acquiring and displaying multiple data input including laser profile, electromagnet ic, laser video image, ultrasonic, and fluorescent penetrant & magnetic particle data. C.3.5.5.5 - LBIS shall include a rugged and portable computer system with minimum hardware as listed below: 15??????diagonal TFT color display, 1024x768 resolution with adjustable viewing angle, Pentium III microprocessor, 1GHz clock speed (min), single board, Passive back plane: total expansion slots: 1-ISA, 4-PCI BUS, 1 CPU SLOT - 256 MB SDRAM; PC100, Dual integrated 10/100 Base ??????T Ethernet Adapters, RJ45, 2 Seria l ports / 1 parallel port, 100 MB hard drive, 48x/12x/48x CD ??????RW, IDE, shock mounted, Black metal enclosure C/W dual exhaust fans and filtered intake, Retractable bottom feet for adjustable display viewing angle and corner-mounted rubber bumpers, Wind ows XP or 2000 operating system, Dimensions 15.25??????Wx 10.5??????Hx 11.5??????D; Weight: 35lbs or less. C.3.5.6 - The LBIS accessories shall include all required cables, certified calibration rings and a recommended spare parts kit. C.3.6 QUALITY ASSU RANCE PROVISIONS - Before acceptance, the LBIS shall be set-up and operational. The contractor shall warrant of all components for at least one year from the time of receipt. C.3.7 SET UP - On-site service installation of LBIS by manufacture's engineer o r technician shall be provided. C.3.8. OPERATOR TRAINING - On site training for at least 4 operators shall included theory and operation of LBIS hardware and software. C.3.9 DELIVERY - Preservation, packaging, and packing shall be in accordance with the m anufacture's commercial practice. Please forward your information not later than 4:30 PM MST on 29 May 2003 at the above address or via email to linda.renteria@us.armt.mil for facsimile (928) 328-6355.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00328814-W 20030522/030520214606 (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.