Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOURCES SOUGHT

66 -- Motorized Stage

Notice Date
12/13/2011
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0073
 
Archive Date
1/27/2012
 
Point of Contact
Gary A. Vanover, Phone: 9375224605
 
E-Mail Address
gary.vanover@wpafb.af.mil
(gary.vanover@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for a solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of delivering the following requirement to the Air Force Institute of Technology (AFIT). MOTORIZED STAGE Minimum Requirements: The following provides minimum specifications used to select the controls and mechanics for a 2 axis motion control system. Included in this specification are some of the procedures required for vacuum preparation. CONTROLLER: - To be a SOFTWARE based motion controller to provide the best longevity of the hardware - Must be expandable to add axis and features without the exchange of hardware - Must provide.NET support for custom MMI development - Must implement a distributed control technique using FireWire communication between the PC and the amplifiers to provide determinism for communications between drives and controller and a plug and play approach to the system commissioning and future addition of axis - Must include LabView VIs to provide iconic programming capability - Complete motion capabilities include: point-to-point; linear, circular, helical, and spherical interpolation; velocity profiling; electronic gearing; on-the-fly trajectory modification; high speed I/O; camming - Must include a custom parameter file including all setup and tuning parameters - Must have the capability to provide immediate service over an internet based remote connection AMPLIFIERS: - Must be able to accept 28 to 230VAC input voltage to support a variety of motor bus voltages - Must have I/O integrated in the system and connectorized access at each drive - Minimum of six digital inputs (2 high speed) and four digital outputs (optically isolated) - Dedicated end of travel (CW & CCW) inputs and Home input - Single axis Position Synchronized Output capability ROTARY STAGES: - 120arc-sec accuracy or better - 1.1arc-sec resolution or better - 10arc-sec repeatibility - 10arc-sec Tilt error or better - 85:1 gear ratio - 30rpm speed capability - 100mm through hole aperature - Must implement dual large diameter pre-loaded angular contact bearings to provide excellent error motion specifications, as well as best possible load handling capability - Must be able to work in a vacuum up to 1x10ˉ6 torr CABLES: - Three meters of cables for use inside the vacuum chamber - Teflon insulated cables must be utilized for vacuum prepared servomotors. These cables are to be soldered directly to the motor without connectors to eliminate potential gas traps. Interface Joints are to be sleeved with heat-shrunk Teflon to seal the electronic joints and reduce out gassing - Five meters of cables to be provided for connect from the amplifier to the vacuum chamber bulk head - Temporary D-Shell connectors should be installed between the external and internal cables to support burn-in testing and checkout. VACUUM PREPARATION: - Motors and stages are to be assembled in a clean room with assemblers wearing polyethylene, powder free gloves. All parts are to be thoroughly cleaned to remove oils and other contaminants. Following cleaning, components must be packaged in heat-sealed nylon or particle-free polyethylene bags. - System bake-out must hold system at 100 to 130 degrees C under vacuum for 12-24 hours to release surface contaminants - Material finish must be natural aluminum - Must implement vacuum rated grease - All Hardware must be Stainless Steel and vented - All Blind holes must be vented The requirement is located at Wright-Patterson AFB, Ohio. The North American Industry Classification System (NAICS) code for this requirement is 335312 Motor and Generator manufacturing with a small business size standard of 1000 employees. In response to this notice, offerors shall submit a capability statement consisting of the evidence that the delivery of required supply, as outlined in the minimum requirements above can be accomplished successfully by the offeror. Capability packages are not to exceed 15 pages. Advertising or marketing information is NOT appropriate. The responses to this synopsis will be used for a market survey analysis. This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Quote (RFQ). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought request. Contractors who believe they can deliver the items listed in the minimum requirements shall submit one copy of their technical capabilities in writing Andy Vanover, ASC/PKOBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, or electronically to gary.vanover@wpafb.af.mil. Personal visits to discuss this project will not be scheduled. Responses must be received not later than 1600 EST, December 27, 2011. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUBZone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0073/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02638510-W 20111215/111213234730-ad74f8c90dcb42f2ca43dbd51a0b97e7 (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.