Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

66 -- MODEL POSITIONING/FORCE BALANCES/DATA ACQUISITION & CONTROL SYSTEM

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1SBAA6110B003
 
Response Due
6/20/2006
 
Archive Date
7/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT, AND MATERIAL OFFADD: AFFTC/PKT Directorate of Contracting, 5 S. Wolfe Ave., Edwards AFB, CA 93524 SUBJECT: Model Positioning/Force Balances/Data Acquisition & Control System REF NO.: F1SBAA6110B003 DUE: 20 June 2006 POC: Deanna Wright, deanna.wright@edwards.af.mil; 661-277-7706 (ph), 661-275-7859 (fax) DESC:The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures, This acquisition is a total small business set aside. The NAICS code is 541710. The following items will be procured: The following item will be procured: BACKGROUND: A new closed-circuit subsonic research wind tunnel is being purchased by the Air Force (AF) at Edwards Air Force Base (EAFB) to be installed at the California State Polytechnic University (Cal Poly Pomona or CPP) campus in Pomona, California. The facility will be a weather-proof outdoor-type wind tunnel installed on an existing concrete slab. The test section area of the wind tunnel will be enclosed in a pre-engineered metal control room with an approximate interior size of 20? x 30?. The tunnel will have a test section size of 28"H x 40"W x 78"L with a centerline 5? above the floor. The maximum dynamic pressure of the tunnel will be 90 psf. Please see the site layout at: http://www.csupomona.edu/~aro/wt/ DESCRIPTION: The Air Force requires a model support and positioning system, 2 internal force balances and a data acquisition and control system for the new wind tunnel test facility. The contractor shall design, manufacture, deliver, install, demonstrate and document this equipment as specified. MODEL SUPPORT AND POSITIONING SYSTEM SPECIFICATIONS A computer- and manually-controlled motorized, 2-DOF model support and positioning system to position a sting-mounted model in pitch and yaw. A 3rd DOF in roll shall be controlled manually (non-motorized). Range, Accuracy and Resolution: Minimum range of +35 to -10 degrees in pitch and +25 to -25 degrees in yaw and to within 1/10 of a degree in accuracy. The roll component shall also be displayed and recorded. The resolution of all position displays shall be a minimum of 1/10 of a degree. Position Control and Display: Motorized position shall be controlled both manually and by computer for Pitch and Yaw. Position of all 3 DOF shall be displayed simultaneously by the computer and an analog digital display to the accuracy and resolution listed above. The transition between manual to computer and computer to manual shall be ?bumpless?. The manual control and digital display panel shall be located near the test section. The switches, knobs, or other controls shall position the model in pitch and yaw to within the stated range and accuracy and the displays shall indicate pitch, yaw and roll at a minimum of the stated accuracy and resolution. Center of Rotation: The center of rotation of the pitch and yaw motions must be positioned at the virtual center of the test section which is 39 inches downstream end of the test section, 14 inches above the test section floor and 20 inches from the test section windows. The floor of the wind tunnel will accommodate a slotted, circular aluminum plate with a 45 inch diameter and 1/2 inch thickness, which will be provided under this contract. Load Capability: The load capability of the motor drive and support system corresponds to the typical loads for the Six-Component Balance. Normal Force ?300 lbs Side Force ?100 lbs Axial Force ?40 lbs Pitching Moment ?400 in-lbs Yawing Moment ?200 in-lbs Rolling Moment ?200 in-lbs There shall be minimal backlash, vibration, and no unintentional positional changes within the mechanism during operation. Deflection shall be minimal in all directions when the maximum loads are applied. Resultant deflections caused by loads applied at the wind tunnel virtual center shall be documented for angle correction purposes. These deflections shall be documented for at least 5 points in all 3 DOF based on balance load ranges. Model position motor overload protection shall also be provided. Motor and Controller Noise The motors and controllers shall not emit acoustical or electrical noise which may affect sensitive instrumentation and signal wiring mounted to or located near the support and positioning system, and the wind tunnel test section. Motors and motors controller shall be on a separate circuit, fed from an isolation transformer. This isolation transformer shall be on an independent feed from the instrumentation isolation transformer that will supply the 120 VAC 60 Hz nominal voltage for the instrumentation and computer systems within the control room. Motor leads should be housed in rigid conduit that is electrically bonded, section to section to motor, to reduce electrical noise radiation. The use of ?smart motors? with an Ethernet interface should be considered. Materials and Surface Finishes: All materials must have sufficient mechanical properties to withstand the maximum model loads and dampen any vibration through the concrete slab from the wind tunnel circuit and the tunnel fan and motor located nearby. All materials shall resist or be coated to resist surface and base metal corrosion. Quality paint shall be applied where necessary that will resist long term delamination and deterioration in a typically unheated indoor environment. If necessary, touchup of exposed surfaces shall be completed after system installation. All critical sliding and rotating surfaces shall be adequately lubricated, sealed, and protected against debris and moisture intrusion. Surfaces shall be matte finished so as not to reflect laser light. INTERNAL FORCE BALANCES SPECIFICATIONS Two internal force balances, one is a 6-DOF research-grade balance and the second is a 3-DOF ruggedized, student-grade balance. These balances will be state of the art in all areas of design, fabrication, gauging and calibration. Balance Design, Load Rating and Specifications: Balance Loads Design Criteria, all loads acting simultaneously. Research-Quality Six-Component Balance Diameter Normal Force Capability Pitch Moment Capability Side Force Capability Yaw Moment Capability Roll Moment Capability Axial Force Capability ≤ .75 0 to 250 lb. ?15% 0 to 300 in-lb. ?15% 0 to 75 lb. ?15% 0 to 150 in-lb. ?15% 0 to 150 in-lb. ? 15% 0 to 30 lb. ? 15% Resolution .1 lb. .15 in-lb. .025 lb. .05 in-lb. .05 in-lb. .015 lb. Accuracy, full scale ?.05 -.10% ?.05 -.10% ?.05 -.10% ?.05 -.10% ?.10 -.25% ?.05 -.10% Rugged Student-Quality Three-Component Balance Diameter Normal Force Capability Pitch Moment Capability Side Force Capability Yaw Moment Capability Roll Moment Capability Axial Force Capability ≤ .75 0 to 250 lb. ?15% 0 to 300 in-lb. ?15% NA NA NA 0 to 30 lb. ?15% Resolution .2lb. .3 in-lb. .02 lb. Accuracy, full scale ?.5% ?.5% ?.05 -.10% Failure Safety Factor The balance shall be designed for a safety factor of at least three on ultimate (on non-monitored sections) under worst-case load conditions. The monitored sections shall maintain a safety factor of at least 2.0 and a minimum output of .3 to 1.0 MV/V. Excitation The recommended excitation voltage shall be 5 VDC. Strain Gages All strain gages shall be 350 Ohms (or higher) foil type epoxy bonded, wired into four arm bridges. All gages for a given balance shall be from the same lot number. All gages and connections shall be sealed for moisture and corrosion protection. Gages shall be modulus matched to the balance?s material (karma type). Balance Cable The cable shall contain 8 wires per bridge. The wires shall be color coded by function and each bridge shall have a unique identifier. (+Power) (-Power) (+Signal) (-Signal) Bridge (Wiring Color) Red Black Green White Varies Calibration +Power Sense -Power Sense +R-Cal -R-Cal Wire Pairs 1 1 2 2 Calib. (Wiring Color) tbd tbd tbd tbd Wire Pairs 3 3 4 4 The cable shall be a minimum of 10 feet long. The cable will be ended with bare wires with each bridge separated and identified. The cable shall be in twisted pairs. Deflections Deflections are to be held to a minimum. Defections caused by loads applied at the wind tunnel virtual center shall be documented for both Normal and Side force and be used for angle of attack corrections. Temperature Compensation The maximum operating Temperature range is from 50*F to 150*F. The safe operating Temperature range is from 30*F to 200 *F. The maximum output of any component shall not exceed 0. 5% of Full Scale output over the range of 50 to 150 *F. Balance Calibration Accuracy The calibration of the balance is to be included as part of this project. The calibration will be in accordance with nationally accepted standards. The loads applied to the primary components of +/- Normal Force and Side Force, +/- Rolling Moment and +/- Axial Force. Combination loads shall be applied to characterize the interaction terms of the balance coefficients. The calibration results; raw data, reduced data shall be provided to validate the procedures and processes used in the calibration program. A modified 6x39 matrix format shall be supplied with the terms that were defined by the calibration. The 6x39 matrix format shall be incorporated in the DAC application. The data from the calibration will be used to compute the load values. These values will be compared to the applied load and the resultant standard deviation of error will be within 1 sigma of the values stated in the tables above. The errors are expressed as a percent of Full Range load. Calibration Body and Fixture A Calibration body or bodies shall be provided for use with both Balances. This body shall enable the balances to be load-checked for verification of calibration against factory values. An external calibration fixture shall be provided if comprehensive load checks cannot be accomplished while the balance is mounted to the model support. Balance Documentation The test results shall be included, as well as the data from the temperature performance verification. The following shall also be included: Electrical diagram, and color-code 4 sets of drawings of balance assemblies defining the balance envelope and dimension for interfaces shall be supplied in hardcopy format. The drawings shall also be included in a .DXF or .DWG format as well as .PDF, with the calibration data and other files. Storage Case Each of the balances will be provided with a Storage case that shall provide for the safe handling and storage of the balance and will be clearly marked identifying the balance stored inside. COMPUTER DATA ACQUISITION AND CONTROL (DAC) SYSTEM SPECIFICATIONS A PC-based Data Acquisition and Control system shall be provided to acquire, process, record, and display data from the wind tunnel test section air stream, model positioning system, and force balances to the specifications stated herein. Integrated with this system shall be a control component that will position the model in pitch and yaw within the test section. The DAC system shall be constructed of hardware as specified in the following section. The DAC system shall be controlled by and acquire data using a custom computer application as specified in the Software section below. This system shall be designed and provided such that other commercial, off-the-shelf LabVIEW driven devices and instrumentation can be readily integrated into the system. Other devices will consist of pressure scanners, thermocouples, LDVs, traverse systems, voltage inputs, etc. DAC Hardware The DAC system shall consist of a PC type computer and standard 19 inch EIA rack mount instrumentation and devices commonly available within the United States. A complete, non-rack mount DAC system shall also be considered as an option if determined to be necessary or technically and functionally superior to available rack mount systems. The system shall have sufficient capacity to acquire, process, record and display data and provide model position control signals in real time using a National Instruments LabVIEW based application. The DAC instruments accuracy and resolution shall be at minimum those stated within this solicitation for the balances, model positioning system and those specified by the manufacturer(s) of the instruments measuring the wind tunnel parameters. The selected vendor will work with the wind tunnel manufacturer to obtain sensor and signal specifications for interface to wind tunnel parameter signals not provided under this solicitation. The DAC hardware shall control the following devices: Model Pitch and Yaw The DAC hardware shall process signals and provide digital LED displays for the following: Model Pitch, Yaw, and Roll angles Wind tunnel test section free stream Static Pressure, Total Pressure, and Temperature Normal Force, Pitch Moment, Side Force, Yaw Moment, Roll Moment, and Axial Force for the Six-Component Balance Normal Force, Pitch Moment, and Axial Force for the Three-Component Balance The DAC computer shall be a Dell Optiplex or Precision tower type workstation with sufficient capacity to allow expansion of memory, adapter cards and data storage. The computer shall also have a minimum of 25 percent reserve system processor and memory resources during program execution for future expansion of the DAC application specified in this solicitation. Minimum computer specifications shall be: Intel Pentium D Processor 830 (3 GHz) 256MB PCIe, Hardware Based OpenGL 2.x and Microsoft DirectX 9.0. Graphics Minimum 4 open PCI expansion slots Dual, Digital Video (DVI) Display Support 2GB System Memory 250 GB Hard Drive Dual-layer DVD?RW drive 19 inch, 1280 x 1024 Resolution, DVI Flat Panel Display DAC Software The DAC Software Application (DAC-SA) shall be developed using the latest retail version of National Instruments LabVIEW software. The DAC-SA shall: 1. Provide simultaneous real-time data acquisition, data processing, data recording, data display, and model position control as indicated in the following sections. The accuracy and resolution shall be at minimum those stated within this solicitation and those specified by the manufacturer(s) of the instruments measuring the wind tunnel parameters. 2. Integrate the balance calibration 6x39 matrix format values for determination of actual balance loads. 3. Include the capability for a user to define and run model position and data acquisition routines and to save these routines to a file for later use. 4. Provide data transfer to a file format compatible with Microsoft Excel (.XLS) and The Mathworks Matlab (.MAT) for data processing, analysis and plotting. 5. Include the ability to input maximum balance loads for the currently installed balance and trigger visual and audible alarms when maximum loads are approached and exceeded. These values shall be saved to a file for future use during testing. 6. Be provided in executable format. 7. Record and display the following wind tunnel parameters: a. Free stream static pressure b. Free stream total pressure c. Free stream temperature d. Free stream dynamic pressure e. Free stream velocity 8. Position the model in: a. Pitch b. Yaw 9. Measure, record and display the following model angular positions: a. Pitch b. Yaw c. Roll 10. Measure, record and display the following Research-Quality Six-Component Balance moments and forces: a. Normal Force b. Pitch Moment c. Side Force d. Yaw Moment e. Roll Moment f. Axial Force 11. Measure, record and display the following Student-Quality Three-Component Balance moments and forces: a. Normal Force b. Pitch Moment c. Axial Force PRINCIPLE STATEMENT OF WORK The contractor shall design, manufacture, deliver, install, demonstrate and document the equipment and systems to AF specifications. DESIGN DETAILS AND REVIEW The selected contractor shall provide to the Air Force (AF) during a Preliminary Design Review (PDR) a detailed engineering design and specifications of the equipment and systems to meet those specified above. A detailed DAC graphical interface shall be provided along with an illustrated description of program flow. During the PDR, the Air Force and Cal Poly Pomona will work with the selected contractor to define and clarify the systems and equipment specifications. Following the PDR, and with AF approval, the contractor shall proceed and complete the design that includes all equipment and system details and notes on drawings. The contractor shall submit final engineering drawings to the AF for approval and Authorization To Proceed (ATP). The design must comply with all applicable codes, State Codes, Factory Mutual Insurance Company requirements, and all agencies having jurisdiction over this work. Insurance and Permits: The contractor must possess a valid insurance policy while performing any work on California State Polytechnic University, Pomona property. Please contact the Cal Poly Procurement Department at 909-869-3436 for requirements. Cal Poly Pomona will issue any applicable permits. DESIGN DOCUMENTATION AND APPROVALS (a) Two complete sets of model position, DAC hardware and software preliminary design drawings and documentation shall be submitted for review on E-size paper (28 inches x 40 inches) along with electronic drawing files. Electronic drawing files shall be provided in all of the 3 following file formats as applicable: Adobe Acrobat .PDF Autodesk AutoCAD .DWG Microsoft Office Word .DOC and Excel .XLS (b) Authorization to proceed (ATP) will be granted by the AF following successful completion of the design review process. DELIVERY AND INSTALLATION AND TRAINING (a) All materials and equipment shall be delivered to the designated site location at California State Polytechnic University, Pomona. (a) All labor and materials to make the equipment and systems completely functional according to the specifications above will be provided by the contractor. (c) The manufacturer shall provide a demonstration and training session to CPP and AF personnel at the conclusion of installation. PROJECT COMPLETION (a) Project completion shall be approximately August - September 2006 and when all equipment and documentation is delivered. (b) The contractor shall provide 2 printed copies of the final user manuals for all systems included in this solicitation, bound on standard letter size paper and in .PDF electronic format. DAC systems and Model Positioning system component and system as-built engineering drawings and schematics shall be provided in the formats specified the Design section. Documentation shall be provided for the Balances as specified in that section above. Drawings shall be submitted on E-size paper (28 inches x 40 inches) and electronic drawing files provided on CD-ROM in the specified formats. A copy of the complete LabVIEW DAC software application including source codes shall also be provided on CD-ROM. Instrument and device drivers for system components shall also be provided. WARRANTY An onsite full repair and replacement warranty for a minimum period of 1 year from project completion date shall be provided for all equipment, materials, and labor. OPTIONAL STATEMENT OF WORK The contractor shall perform the following tasks that consist of enhancements to the Principal Statement of Work. Balance Calibration System An external, free-standing apparatus and software application shall be provided for the calibration of the Force Balances specified above. The apparatus shall incorporate the signal conditioning instrumentation proposed by the contractor for the DAC System specified above. The apparatus shall apply loads to the primary components of +/- Normal Force and Side Force, +/- Rolling Moment and +/- Axial Force. The apparatus shall also be capable of applying combination loads to characterize the interaction terms of the balance coefficients. The calibration software application shall acquire data, determine the calibration results and save the raw and reduced data to a file. A modified 6x39 matrix format shall be created with the data defined by the calibration software application and incorporated into the application defined in the DAC System Specifications above. The data from the calibration will be used to compute the actual balance load values. These values will be compared to the applied load and the resultant standard deviation of error will be within 1 sigma of the values stated in the balance specification tables above. Precision electrolytic tilt meters, signal conditioners, and displays (i.e., Spectron Glass and Electronics, Inc. products) shall be provided for setting balance position if a dead-weight loading calibration system is proposed. Any load cells, weights, etc., proposed shall be traceable to the National Institute of Standards and Technology (NIST). Signal Conditioner Calibrator The signal conditioning instrumentation shall be calibrated by an independent voltage calibrator. This calibrator shall provide voltage insertion for checkout and calibration of the signal conditioning instrumentation prior to force balance signal insertion. The calibrator shall be calibrated by a metrology house traceable to the NIST. The system shall take the zero and voltages inserted, null out all offsets and provide the requisite formula for converting mVolts to engineering units. The results shall be incorporated into the DAC application specified above. Contractors interested in this requirement should submit a complete technical quote, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include any special requirements for a Research and Development contract in accordance with FAR Part 13. Anticipated Award date is 30 June 2006. Responses must be received no later than (NLT) 4:00 p.m., Pacific Standard Time, 20 June, 2006. Responses should be submitted to: Directorate of Contracting, AFFTC/PKTA (Attn: Deanna Wright), 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524-1185, Fax: (661) 275-7859 or email: deanna.wright@edwards.af.mil. This notice of intent is a request for competitive proposals. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Facsimile responses are acceptable and must be received on or before the closing date. Telephone requests to be placed on a mailing list will not be honored.
 
Place of Performance
Address: Edwards AFB, 5 S Wolfe Ave, Edward AFB, CA
Zip Code: 93524
 
Record
SN01059015-W 20060601/060530220427 (fbodaily.com)
 
Source
FedBizOpps 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.