Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2004 FBO #0864
SOURCES SOUGHT

99 -- Microprocessor based process control system

Notice Date
4/6/2004
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Naval Experimental Diving Unit, 321 Bullfinch Road, Panama City, FL, 32407-7015
 
ZIP Code
32407-7015
 
Solicitation Number
N0463A-04-Q-0040
 
Response Due
5/15/2004
 
Archive Date
5/30/2004
 
Point of Contact
Chris Diehl, FBO Location Administrator (Secondary), Phone (850) 230-3191, Fax (850) 230-3147, - Chris Diehl, FBO Location Administrator (Secondary), Phone (850) 230-3191, Fax (850) 230-3147,
 
E-Mail Address
louis.diehl@navy.mil, louis.diehl@navy.mil
 
Description
The NAVY EXPERIMENTAL DIVING UNIT, Panama City, FL. Intends to procure via Simplified Acquisition Procedures: Complete installed microprocessor based process control system that will provide depth (pressure) and environmental (temperature) control to a multi-chamber hyperbaric diving simulation facility at the Navy Experimental Diving Unit. The system shall consist of: 1. 14 each multifunction microprocessor based control stations including communication cables, to be installed in existing panels. 2. 20 each head mounted temperature transmitters 3. 20 each platinum 3-wire RTD sensors 4. Stand alone PC based Operator and Engineering Workstation hardware 5. Configuration and application software designed per ISO-9001. 6. System start-up and testing. 7. Operational and technical documentation and drawings. 8. On site configuration and operators training. The project shall be fully documented. As-built drawings and technical manuals shall be provided at the completion of the project. All wiring, conduit, and plumbing will be installed by the Navy. All work must be accomplished during scheduled maintenance availability from mid June through mid July, 2004. The operator and engineering workstation shall contain off the shelf software for all system management functions. The software shall be the latest version and of the same manufacturer as the supplied controllers. The workstation shall be a complete control system management tool with ready to use applications for all system features and functions. The contractor shall provide all initial workstation setup, software configuration, database creation, custom programming and technical support for all aspects of this project. All software updates, troubleshooting, bug fixes, new feature upgrades and installation services for all project software shall be provided for a period of one year from date of system acceptance. Microprocessor based control stations shall have the following characteristics: 1. General: a. Function: Indicate, simple and advanced Proportional Integral Derivative (PID) control, totalize, sequence/batch operation, advanced process control applications b. Type: Microprocessor based process control station c. Enclosure: No enclosure rating. Designed to be installed in a user provided panel or enclosure d. Voltage Requirements: 21 to 28 V dc, 90-132 V ac 50/60 Hz, 180-264 V ac 50/60 Hz e. Power Requirements: 20 VA maximum f. Transmitter Power supply: 25 V dc ?1 V dc @ 80 mA maximum, short circuit protected. 2. Performance: a. Analog Input Accuracy: Analog inputs measurement error less than ? 0.1% of span b. Analog Output Accuracy: ?0.2% c. Environmental Limits: 5 to 52? C (40 to 125? F), 10% to 90% Relative Humidity non-condensing d. EMC and Safety: CE Mark, IEC 801-4 Level 3, IEC348, FM Class 1 Div. 2. 3. Display: a. Gas Plasma Technology b. Display resolution, 48 x 96 pixels c. User configurable, pixel-addressable display d. Standard display formats: Single PID Loop display, Two Loop display, Four Loop display, Totalizer display, Parameter display, Status Display, Single Loop PID Trend display, Alarm Summary Display, System Status Display. e. Keypad: 10 membrane type, positive tactile-feel keys for Remote/Local set point selection, Set point Increase/Decrease, Automatic/Manual selection, Output Increase/Decrease, display selection and Engineering mode access. 4. Inputs: a. Analog: Four inputs rated at 0 to 20 or 4 to 20 mA (0 to 5 V, 1 to 5 V) b. Transmitter Power supply: 25 V dc ?1 V dc @ 80 mA maximum, short circuit protected (four transmitter loads). Discrete: Two discrete inputs, closed contact recognition level 0 to 1 V dc, open contact recognition level 4 to 24 V dc, input impedance 1000 ohms. 5. Outputs: a. Analog: Two - 0 to 20 mA or 4 to 20 mA with a maximum load of 750ohms. b. Discrete: Two - solid state switch (open collector), 30 Vdc operating voltage, 50 mA operating current. Optional Relay: two Form C Relays, 250 VAC, 5 amps. 6. CPU Cycle Time: a. Input Sample Rate: 50 ms b. Display Update Rate: configurable in 50 ms increments c. Control Program Update rate: configurable in 50 ms increments d. Output Update Rate: Same as the control program update rate 7. Control Ranges: a. Proportional (P): 2 to 1000% b. Integral (I): 0.02 to 200 min/repeat, 0 is off, or Manual Reset from 0 to 100% c. Derivative (D): 0.01 to 8 min advanced, 0 is off 8. Software: a. Configuration: Three modes for defining the desired control application; Flexible Control Strategies (FCS), Flexible Control Interconnect Modules (FCIM), Flexible Translator (FTRAN) Language. b. Flexible Control strategies: 1. Predefined functions blocks for PID, Math, and Logic 2. Predefined execution order 3. Predefined quantity of function blocks based on the number of PID loops 4. Standard FCS control strategies including Single Loop PID with remote set point, Ratio Controller, Auto/Manual Station, Ratio Auto Manual Station, Analog Backup Controller, Two Loop Controller, Two Loop Cascade, Two Loop Override Controller, Four Loop Controller and Dual Two Loop Cascade 5. Configured using the controller front panel keys or PC based software c. Flexible Control Interconnect Modules 1. Predefined function blocks for PID, Math and Logic 2. User defined function block execution order 3. 100 step program length 4. Configured using the controller front panel keys or PC based software d. Flexible Translator Language 1. Compiled script language 2. Predefined subroutines for PID functions 3. Predefined display subroutines 4. User written control, display and subroutine programs e. Custom PROM applications. 1. Factory define or user defined applications in secured PROM areas f. Discrete Logic blocks: Two input logic blocks with eight logic functions each, A OR B, A AND B, A XOR B, A OR NOT B, A AND NOT B, J-K LATCH, D-LATCH, INVERT g. Math Function block: Equations for analog math; algebraic, summation, polynomial, power, logarithmic, limiter, linear gas flow compensation, square root gas flow compensation, comparison. 9. Communications: a. Front Port serial communication (RS232). b. Serial communications via RS485, 4-wire connection at the rear of the controller. 10. Self-Diagnostics: a. RAM and ROM diagnostics on power-up. b. Self diagnostics each scan c. Failure of power-up or self-diagnostics generates a watchdog alarm, analog outputs will hold their last value, and discrete/contact outputs will be forced open. Transmitters shall have the following features: a. NEMA 4X housings b. FM approval c. 304 stainless steel instrument manifold w/ flanged connections d. Mounting block with valved blowdowns, vents and equalizer ports e. Digital and analog output on the same wires f. Supply voltage range of 12-24Vdc g. Self calibrating h. Internal compensation for ambient temperature effects, 50-130 degrees F minimum i. Digital accuracy of 0.035% or better in the capsule range j. Analog to digital conversion accuracy of 0.5% k. Two auxiliary inputs THIS AWARD SHALL BE UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. Telephone request are unacceptable. Request may be e-mailed to louis.diehl@navy.mil ALL REREQUIREMENTS ARE STATED ABOVE. NO SOLICITATION AVAILABLE.
 
Place of Performance
Address: NAVY EXPERIMENTAL DIVING UNIT, 321 BULLFINCH ROAD, PANAMA CITY, FL.
Zip Code: 32407
Country: U.S.A.
 
Record
SN00561069-W 20040408/040406212457 (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.