Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

66 -- Electrodynamic (ED) Shakers

Notice Date
8/7/2008
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept.1, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893608T0222
 
Response Due
8/14/2008
 
Archive Date
8/14/2009
 
Point of Contact
Helen Xiong 760-939-5124 Colette Nalley, Procuring Contracting Officer, 760-939-2983
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA anticipates issuing a Firm Fixed Price (FFP) contract utilizing this combined synopsis/solicitation, for a commercial item, prepared in accordance with (IAW) the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This acquisition is being conducted under FAR 13.5 test procedures for commercial items. This announcement constitutes the formal solicitation. Price quotes are being requested and a written solicitation will not be posted to FBO. Solicitation Number N68936-08-T-0222 is issued as a Request for Quote (RFQ). This acquisition is for the purchase of Contract Line Item Number (CLIN) 0001 - one (1 each) High Frequency Electrodynamic Shaker system; CLIN 0002- two (2 each) High Performance Electrodynamic Shaker systems; CLIN 0003 - Installation and Training. The Electro-dynamic Shakers will be utilized to assess Fuzes/ESAD (Electronic Safe Arm Device) in a high stress environment and for Research Development Test and Evaluation. This document specifies the requirements and work required to supply the Electrodynamic Shakers. Performance requirements for the 1 High Frequency Electrodynamic shaker shall meet or exceed the following requirements and contractor shall provide technical documentation proving that the system meets each requirement: 3.1.1 Maintain a constant 5,000 Hz frequency and full range performance to 5,000 Hz; 3.1.2 Perform with non-resonant 9 lbs (4 kg) payload, 20Hz to 100Hz @ +6db/Oct & flat 100Hz to 5,000Hz spectrum; 3.1.3 Have no more that a 12 inch armature diameter; 3.1.4 Armature shall have no less than 20 threaded mounting inserts; 3.1.5 Armature displacement (stroke) of no less than 2 inches peak-peak (i.e. full range of travel); 3.1.6 Able to produce a repeatable and continuous maximum Sine force (with technical documentation) of no less than 6,500 lbf (28 kN) pk; 3.1.7 Able to produce a repeatable and continuous maximum Random force of no less than 6,500 lbf (28 kN) rms; 3.1.8 Able to produce a repeatable and continuous maximum Shock force of no less than 16,400 lbs pk; 3.1.9 Able to produce a repeatable and continuous max Sine velocity of 75 inches per second; 3.1.10 Able to produce a repeatable and continuous max Shock velocity of 130 inches per second; 3.1.11 System shall be an existing manufactured item; 3.1.12. Head expander shall be at least 24"X24" made from cast magnesium with 4"x 4" insert pattern, shall be matched and utilize ALL threaded mounting inserts for attachment to armature; 3.1.13 System's power amplifiers shall be matched to the electrodynamic shaker and can be no more than 60 KVA out put; 3.1.14 System power amplifier foot print shall not exceed(67"L x 30" W x 79.5"H) Field supply shall not exceed (22"x 30"x79.5"; 3.1.15 The system controller shall be PC based using modular software with intuitive user interface to control algorithmic commands utilizing commercial off the shelf operation systems (example Windows XP/2000/NT/98); 3.1.16 System controller shall be supplied with at least Sine, Random, Shock, and Sine on Random, Gun Fire and Random on Random test protocol software. Performance requirements for the 2 High Performance Electrodynamic Shakers shall meet or exceed the following requirements and contractor shall provide technical documentation proving that the system meets each requirement: 3.2.1 Useable frequency range to 3000Hz; 3.2.2 Able to maintain a constant 2000Hz frequency and full range performance to 2000Hz; 3.2.3 Perform with a non-resonant 800 lb payload power spectral density 20Hz to 2000Hz flat @ 0.32g squared Hz overall acceleration: 25.2 G rms; 3.2.4 Have no less than a 17 inch armature diameter, with no less than 16 inch outer bolt diameter; 3.2.5 No less than 28 threaded mounting inserts on Armature; 3.2.6 Armature displacement (stroke) no less than 3 inches peak-peak; 3.2.7Armature weight shall be no more than 112lbs ; offeror shall supply weight of armature for this system; 3.2.8 Resonate frequency of Armature will be 2,200Hz or greater; 3.2.9 Auto centering/leveling capabilities for Armature; 3.2.10 Able to produce a repeatable and continuous max Sine force of no less than 25,000lbf (111kN) pk; 3.2.11 Able to produce a repeatable and continuous max Random force of no less than 23,000 lbf (102kN) rms; 3.2.12 Able to produce a repeatable and continuous max Shock force of no less than 50,000 lbs; 3.2.13 Able to produce a repeatable and continuous max Sine velocity of no less than 80 in/s; 3.2.14 Able to produce a repeatable and continuous max Shock Velocity of no less than 180 in/s; 3.2.15 Able to produce a repeatable and continuous max Sine Acceleration of no less than 220g pk; 3.2.16 Able to produce a repeatable and continuous max Random Acceleration of no less than 170g rms. (per ISO 5344); 3.2.17 Able to produce 300g Half Sine Shock 4 milliseconds 70lb payload; 120g Half Sine Shock 11milliseconds 160lb payload; 100g Half Sine Shock 11 milliseconds 250lb payload; 3.2.18 Integrated 36"x36" Slip Table. Systems Slip Table shall come permanently factory aligned. System Slip Table shall have linear and centerline out board guide bearings. System Slip table shall have ability to prevent and protect against contamination of oil and oil supply system. Systems Slip table lubrication system shall be 100% internal; 3.2.19 System Head expander shall be at least 32"X 32" made from cast magnesium with 4"x 4" insert pattern, shall be matched and utilize ALL threaded mounting inserts for attachment to armature; 3.2.20 Systems power amplifiers shall be matched to the electrodynamic shaker and can be no more than 240 KVA out put; 3.2.21 System power amplifier foot print shall be as small as possible; 3.2.22 The system controller shall be PC based using modular software with intuitive user interface to control algorithmic commands utilizing commercial off the shelf operation systems (example Windows XP/2000/NT/98); 3.2.23 System controller shall be supplied with at least Sine, Random, Shock, and Sine on Random, Gun Fire and Random on Random test protocol software; Note: The ED Shakers will be installed in the Fuze Test Facility, which is a new building currently being built and it is estimated that the building will be completed in 8 months. However, due to unforeseen circumstance if the building is completed at a later time the Government will provide storage for the ED Shakers at delivery time. Upon successful completion of the Fuze Test Facility the Government will coordinate installation/training dates with the contractor. 3.4 Installation and Training: a) Documented start up and preventive maintenance procedures. ISO 17025-2005 accredited for factory and field calibrations. b) On-site installation, start up, calibration, and user training performed by factory authorized service engineers. c) If emergency service is required, it shall be available on-site with a not to exceed 72-hour response time. d) Successful offeror shall provide standard commercial warranty in accordance with Clause 52.212-1. A copy of the warranty shall be included in the offer. The provision FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition and there is no addenda to the provision. 52.233-2 Service of Protest (Sep 2006). FAR Clause 52.212-2 Evaluation - Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on best value with technical capability, past performance and price as the evaluation factors. Offeror must include a completed copy of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications - Commercial Items (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications -Commercial Items (Jun 2005) with their quotation. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Jun 2005). FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008) and FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007) applies to this acquisition and there is no addenda to this clause. The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-26. The NAICS code is 334519 and size standard is 500 employees for this procurement. The resulting purchase order/contract will be Firm-Fixed Price. Inspection and Acceptance shall be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Ship to Receiving Officer Code 822223D, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6108. Time of Delivery shall be no later than eight months after receipt of order. Respondents shall submit their quote to Helen Xiong by mail to Commander, Code 210000D, Attn: Helen Xiong, 429 E. Bowen Road Stop 4015, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6108; no later than 11 days after the date of publication of this notice. In your quote, please include your firms Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code if one has been assigned. The anticipated award date is September 26, 2008. All responsible sources must be registered in the Central Contractor Registration (CCR) database at the following website: https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All responsible offers will be considered for award. NAICS Code = 334519Place of Performance = N/ASet Aside = N/A
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4a704dad76dbd9f4bcbc21e70f9c9d7b&tab=core&_cview=1)
 
Record
SN01633809-W 20080809/080807222530-4043784ba0ff672fa4522da0c00261c0 (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.