Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOLICITATION NOTICE

K -- Autoclave Electronic Control System Upgrade

Notice Date
10/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
 
ZIP Code
32212
 
Solicitation Number
Reference-Number-N65886-03-PR-3A059
 
Response Due
11/10/2003
 
Archive Date
11/25/2003
 
Point of Contact
Jennifer Reeder, Contract Specialist, Phone (904) 317-1987, Fax (904) 317-1991, - Jennifer Reeder, Contract Specialist, Phone (904) 317-1987, Fax (904) 317-1991,
 
E-Mail Address
ReederJL2@navair.navy.mil, ReederJL2@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-11. The applicable NAICS is 334111 and the small business size standard is 100% small business set-aside. The Government intends to award a firm fixed price contract for this effort. The item being acquired is an upgrade for the existing Autoclave Electronic Control System (AECS) for use at the Naval Air Depot (NADEP), Jacksonville, FL. The intent of this action is to upgrade the existing Autoclave Electronic Control System (AECS). The upgrade will provide state of the art computer hardware and software with a multi-tasking operating system. The goal of this AECS shall be to have highly reliable shop operation of three existing autoclave chambers. Each AECS shall display, record, and control all composite part curing parameters required for NADEP manufacture and overhaul of aircraft composite parts. The AECS shall replace existing Autoclave control systems, PLC (Program Logic Controls), computer operating system and application software. The AECS shall consist of an open architecture in which the computer interfaces will clearly define interface between PC & PLC in order to reduce problems with PLC obsolescence. The AECS defined herein is intended for use by Autoclave curing chambers located at the Jacksonville, Florida Naval Air Depot (NADEP) for the manufacturing and/or repair of aircraft composite parts that require special curing cycles (recipes) under conditions of elevated temperatures and pressures. These parts will be assembled on special tooling fixtures, then inserted into the Autoclave heat chambers to be subjected to recipes designed by NADEP Materials and Process Engineering. There will be multiple recipes generated by NADEP Engineering for the different composite part numbers. When a particular part is to be subjected to a cure recipe, the part number will be input into the AECS archives. Data stored in the archives will then be made available for the particular composite part recipe. The AECS will automatically control the curing time, temperature, vacuum, and pressure as specified by the recipe for that part. The Objectives of this effort are as follows: 1.1Design, fabricate and assemble upgrade for three existing, autoclave electronic control systems (AECS). 1.2Deliver and install all hardware and software in support of AECS upgrade. 1.3Provide all documentation for AECS upgrade. 1.4 Provide AECS training of key Government personnel. 2.0Autoclave Electronic Control System (AECS) shall include: Each AECS shall include but not be limited to: 2.1WORK STATION. AECS electronics shall be enclosed by an industry standard work station to house and protect system hardware and software from excessive heat, dust, and physical damage while in an industrial environment. Each AECS shall be provided with one complete, dedicated work station per Autoclave. 2.2Computer (PC). A PC with current Pentium processor technology and Windows NT 4.0 operating system or equivalent. Each AECS shall be provided with one complete, dedicated computer per Autoclave. The computer shall be an assembly of industry standard components, of a modular design, and capable of future upgraded. The computer system shall be mounted in an industry standard equipment cabinet, the size of which shall be no larger than the current space of the existing control system components. (approximately 9 sq. ft.) 2.3CPU. The CPU shall be Pentium microprocessor technology operating at a practical speed at the time of contract award. A minimum of 256 Megabytes of Random Access Memory (RAM) shall be provided. The CPU chassis and motherboard shall have at least 25 % (or two slots) expansion capability to meet future requirements for input/output cards, signal conditioners etc. 2.4Data Storage. Each AECS shall permit storage of real time data to a central hard drive (archive), and then from hard drive to printer, floppy disk, CD or etc. All modes of storage shall be indexed so that the records can be later retrieved separately by the mode in which they were stored. Each record shall include the time and date of acquisition. 2.5Computer Drives. Each AECS shall be provided with one hard drive, one floppy drive and one CD-R/RW ROM drive. 2.5.1Hard Disk Drive. The hard disk drive shall have a minimum of 40 Gigabytes formatted storage capacity with maximum access time of 11 milliseconds. After initial installation of the operating system and all contractor delivered software, the hard disk drive shall have a minimum of 75 percent capacity remaining. 2.5.2 Floppy Drive. A 3.5-inch floppy drive shall be provided which can read and write to 1.44 Megabyte formatted disks. 2.5.3 CD-R/RW ROM Drive. A minimum of one Internal CD-R/RW, 52X24X52 ROM Drive with read/write capability shall be provided. 2.6Interfaces Ports. Serial, parallel and USB interfaces shall be provided. The parallel interface shall be Centronics printer port compatible. 2.7Keyboard. A QWERTY type 104 key Industrial Grade keyboard with a Hula Point pointing device shall be provided. This keyboard shall be located at the operator's console for each AECS. 2.8 Monitor. 17? Color Monitor Display (640 x 480 VGA at Minimum). 2.9Software: 2.9.1 The operating system shall be Windows NT 4.0 version (preferred) or equivalent, and in addition to being multi-tasking and suitable for real-time control and data acquisition, shall contain utilities and commands required to maintain general-purpose diagnostic programs and applications software. Operating System Software shall be installed with one licensed copy of Windows NT 4.0 or equivalent for each AECS 2.9.2. Charts, Plots and Graphic Software. The contractor shall supply plotting software, which will provide on screen and hard copy printouts of all charts, plots and graphs. 2.9.3 Application Software: Application Software, compatible with Micro Soft Database, shall be provided for each AECS, and shall provide allowance for future software updates for a minimum of 10 years. This software shall satisfy NADEP requirements specified herein to control all composite part curing cycles by: 2.9.3.1 Controlling and monitoring up to 24 vacuum ports per Autoclave. 2.9.3.2 Controlling and monitoring up to 24 pressure valves per Autoclave. 2.9.3.3.Controlling and monitoring up to 24 temperature ports to +/- 5 deg. F. 2.9.3.4 Recording data from 24 pressure and/or vacuum transducers. 2.9.3.5 Simultaneous control of temperature, pressure, heater blankets, vacuum, cooling water flow and misting, auxiliary loads and related parameters to ensure that part curing is processed to NADEP process requirements. 2.9.3.6 The AECS cure cycles (recipes) shall be capable of but not limited to: 2.9.3.6.1 Minimum of 10 Segments per part cure recipe. 2.9.3.6.2 Audible process alarm. 2.9.3.6.3 On/off control of heating, cooling, misting, pressure, vent, vacuum, etc. 2.9.3.6.4. First stage mist cooling and proportional heat control. 2.9.3.7 Power failure recovery system. 2.9.3.8 Track part serial number, tool serial number, and all part traveler data. 2.9.3.9. View all thermocouple, vacuum, and pressure readings simultaneously. 2.9.3.10. Provide trend viewing of selected sensors in a graphical format. 2.9.3.11.Provide full temperature, pressure, and vacuum control of autoclave hardware and ancillary equipment. 2.9.3.12. Control software shall be field proven in composite processing applications. 2.10BACKUP Manual control for redundancy and part safety. 2.10.1. Manual Control; Each AECS shall have the ability to provide for manual control of the cure process with a Manual Operations Screen as well as a programmed Run Operations Screen. 2.11 PLC New industrial Programmable Logic Controller (PLC) shall be provided for computer interface with ancillary components of each Autoclave, with spare parts assured for a minimum of ten years. The PLC shall be of a design to accommodate control and monitoring of temperature, pressure, and vacuum of all cure recipes for composite parts. Additionally, the AECS shall be capable of supporting present or upgraded actuators, valves, thermocouples and other ancillary devices. 2.12 NETWORKING 2.12.1 One Remote Monitor to be a 17? Touch screen LCD, networked to the Shop Supervisor?s Office. Install necessary LAN line from Autoclave area to Supervisor?s Office which is about 250 feet apart from each area. 2.12.2. One Remote ink jet printer, networked to the three AECS and located in the Supervisors Office. 2.13 REPORTS: Report capability for all cure cycles: both completed and in progress. 2.14 PASSWORD protection against improper operation and assurance of personnel training. Provide for up to 4 levels of protection. Varied levels of access for the technical disciplines. i.e. Operator, Calibration Technician, Engineer or Supervisor. AECS security shall have the ability to assign specific and independent permissions and restrictions to each user or function. 2.15 DATA STORAGE: Control Software shall store all composite part cure data (recipes) in MS Windows DB Access/SQL open format database for access, control, redundancy, and replication, and allow for preparation of custom cure programs. 2.16 OPERATING PARAMETERS: AECS shall have the capability of dynamically controlling and displaying Temperature (to 600 +/- 5 deg. F.), Pressure (to 200 +/- 0.5 psig), and vacuum (to 30 +/- 1.0? Hg) 2.17 POWER FAILURE TOLERANT: The Control Software shall be power failure tolerant, automatically recovering all data following a power failure, log the power failure time and continue operation. 2.18 MANUALS: Three (3) sets (a total of 9) of documentation and instruction manuals shall be provided with each AECS. These manuals shall include but not be limited to new AECS electrical schematics, wiring diagrams, Operation, maintenance and calibration procedures for Autoclave ancillary components. (Thermocouples, valves, controls transducers, etc.) 2.19 ACCEPTANCE/QUALIFICATION TEST PLAN: The contractor shall submit a test plan for AECS acceptance and part qualification testing with their proposal. 3.0 Contractor Furnished Services Supplies: The AECS shall be designed and configured for installation with the existing Autoclaves as currently configured. Autoclave plant account numbers and model/serial numbers are as follows: a: P/A 65887702018, American Autoclave Co., Model #A04497, SN # 702018 b: P/A 65886046509, American Autoclave Co., Model #8x16-235P-600F-ELE-R SN # 97-12832 c. P/A 65887612769, Baron Blakeslee Inc., Model # 8.516, SN # A-08813 These Autoclaves are located in the Composites Shop, Code 6.2.3.3.8, in the southeast corner of Building 101, Naval Air Depot, NAS Jacksonville, Florida. 32212-0016 and are controlled by one central workstation. The AECS upgrade shall provide fully independent autoclave operation, each with its own workstation and PC. The contractor shall provide an installation plan with the proposal. No one Autoclave shall be inoperative for more than one week during this update. 3.1 In addition to deliverable hardware and software, the contractor shall provide the following: 3.1.1. PROGRAMMING to include six (6) different curing recipes currently in use by NADEP. 3.1.2 INSTALLATION: The AECS is to be completely installed by the contractor at the NADEP facility, with applicable Programming and Acceptance Testing. 3.1.3. NEW WIRING: where practicable, the contractor shall remove all existing wiring related to thermocouples, valves, controllers, and etc. between the autoclaves and AECS, and replace with new shielded wiring where required. 3.1.4 ACCEPTANCE TESTING: Each AECS shall be subjected to an acceptance test that has been submitted with proposal and incorporated into the contract: 3.1.4.1. Two complete part cure cycles. 3.1.4.2 Power Failure Recovery. 3.1.4.3 Control Stability Checks. Report generation Demonstration of the emergency override capability. 3.2 QUALIFICATION TEST: Shall include a minimum of two (2) complete cure cycles of a composite part/coupon (to be specified by NADEP), shall be completed on each Autoclave, while under the control of the AECS. Each part/coupon will then be subjected to appropriate qualification tests to assure compliance with NADEP Materials and Process Engineering Specifications. 3.3 TRAINING: Training/instruction for approximately ten (10) designated NADEP personnel (as listed in 3.3.1. through 3.3.5.) and be approved by NADEP Process Engineering. The contractor shall furnish the services of instructors who shall instruct designated personnel in the adjustment, operation, maintenance, calibration, computer programming, pertinent safety precautions and requirements of AECS and related ancillary components. Instructors shall be familiar with the operation and maintenance of all equipment, including subsystems and ancillary components. Instruction shall be conducted at the NADEP, JAX, Jacksonville, Fl. during the normal working hours of 7:00 a.m. to 3:30 p.m., and shall commence the first regular work week following the acceptance of the equipment in the AECS 3.3.1 Training materials shall be furnished by the contractor and shall include operating procedures, safety requirements, computer programming, data input procedures, and program running and modification. 3.3.2 Operator training shall be for approximately four (4) AECS operators and shall include instruction on log in procedures, execution of part recipes, and any pertinent safety procedures. The training shall use hands-on instruction with the equipment. 3.3.3 Calibration Personnel Training. The training shall be for approximately two (2) technicians and shall include instruction on log in procedures and use of the calibration software. The training shall use the Equipment Calibration Procedures and shall include hands-on instruction with the equipment. 3.3.4. Maintenance Personnel Training. The training shall be for approximately two (2) maintenance technicians and include instruction on log in procedures and use of the AECS and AECS maintenance software. The training shall use Maintenance Manuals and Engineering documentation and shall include hands-on instruction with the equipment. 3.3.5 Engineering/ Technical Personnel Training. The training shall be for approximately two (2) engineers/technicians and shall include instruction on login procedures, system management functions such as system backups, file management, etc. The training shall also include instruction on six different cure cycle recipe programs and manipulation of AECS software and shall include hands-on instruction with all equipment. GOVERNMENT FURNISHED INFORMATION/EQUIPMENT (GFI/GFE) All current Government owned equipment shall remain the property of the Government. The Government shall remove any unused equipment and/or components from the area after it has been disconnected by the contractor. The following documents of the issue in effect on date of request for proposal, form a part of these standards to the extent specified herein. Military LPS / JX 720 Advanced Composites Rework, Local Processing. LPS/JX-755 Adhesive Bonding Local Process. LPS/JX-765 Adhesive Bonding Local Process. NAVAIR 01-1A-21 ?General Composite Repair Manual?. MIL-HDBK-691B, ?Adhesive Bonding? U.S. Department of Labor OSHA 2206 General Industry. OSHA Safety and Health Standards (29 CFR 1910) Standards MIL-STD-1472E Human Engineering Design Criteria for Military Systems, Equipment, and Facilities NFPA 79 Equipment Electrical Wiring Standards. NEMA: National Electric Manufacturers Association. ANSI / UL 1063-1986: American National Standards Institute Safety Standard for Machine Tool Wires and Cables. ANSI/EIA 557-1989, Statistical Process Control Systems. 5.4 Specifications: 5.4.1. IEEE/EIA Standard 12207 Software Life Cycle Processes 5.4.2. IEEE Standard 730-1998 Standards for Software Quality Assurance Plans 5.4.3. IEEE Standard 828-1998 Standards for Software Configuration Management Plans 5.4.4 IEEE Standard 830-1998 Recommended Practice for Software Requirements 5.4.5. IEEE Standard 829-1998 Standard for Software Test Documentation 5.4.6 IEEE Standard 1058-1998 Software Management Plans 5.5 NFPA-70 National Electric Code, 2002 edition For all documentation of the existing Autoclave systems, contact Jennifer Reeder at ReederJL@navair.navy.mil. Test and Design Review: The Test/Design Review shall be held at the Naval Air Depot no later than 14 days after contract award. This review confirms that AECS: Satisfies the contractually required functionality and performance. Define all functional features of the Software.System Block Diagrams and Proposed Hardware are provided (i.e. Drawings & Schematics).Functional and physical interfaces are defined. Shipping, Receipt and Installation of Equipment. The Contractor shall: Provide all labor and tools necessary to install and test the system. Installation shall be conducted on only one Autoclave at a time, and shall be conducted such that only one Autoclave is in a non-operable state at any particular time. During the upgrade the process shall not adversely interfere with the production process of the other autoclaves. Installation, Qualification and Acceptance testing, and all training relative to the three AECS. Installation shall be conducted during normal working hours, 7:00 a.m. to 3:30 p.m. Monday thru Friday. Installation operations may be allowed on second shift with prior authorization. Notification of Visit. The contractor shall give notification to the NADEP project engineer or COR at least five days prior to the date of each visit. The project engineer and contracting officer?s representative will be noted in the contract award document. Notification shall be provided as follows: Attention: Security Manager, Naval Air Depot, NAS Jacksonville, Jacksonville, FL, 32212-0016, Phone:(904) 542-0887. Fax: (904) 542-2805. Technical capability of the proposed AECS Upgrade to meet the Government requirements will be determined solely on the content and merit of the information submitted in the proposal. Therefore, it is imperative that each offeror provides sufficient technical documentation, specifications, etc. in order for the Government to perform an adequate technical assessment. Product sales literature such as bulletins and specification sheets typically do not provide sufficient information for an adequate assessment. In addition, a statement that the proposed autoclave upgrade will operate per the Government?s specification will not suffice without a description of how the proposed upgrade will meet the Government?s requirements as specified in this RFP. ****************SEE MODIFICATION FOR SECOND PART******************
 
Place of Performance
Address: NAVAL AIR DEPOT, BLDG 101 CODE 62338, NAVAL AIR STATION, JACKSONVILLE, FL 32212-0016
 
Record
SN00449743-W 20031010/031008213250 (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.