SOLICITATION NOTICE
36 -- VIBRATION ANALYSIS SYSTEM
- Notice Date
- 6/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-13-T-0226
- Archive Date
- 7/4/2013
- Point of Contact
- Catherine A. Prestipino, Phone: 7578629467
- E-Mail Address
-
catherine.prestipino@vb.socom.mil
(catherine.prestipino@vb.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0226, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013, and DFARS 20130522. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 334515 with a business size standard of 500. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: CLIN LINE ITEM NUMBER (CLIN) 0001: Vibration Analysis System; See Section C for Specifications; QTY: 1 EA. CLIN LINE ITEM NUMBER (CLIN) 0002: RPM Measurement & FFT Based Order Tracking; See Section C for Specifications; QTY: 1 EA. CLIN LINE ITEM NUMBER (CLIN) 0003: Realtime Waterfall Beased Order Tracking Analysis for Rotating Machinery; See Section C for Specifications; QTY: 1 EA. CLIN LINE ITEM NUMBER (CLIN) 0004: Demodulation; See Section C for Specifications; QTY: 1 EA. CLIN LINE ITEM NUMBER (CLIN) 0005: Real Time Octave Analysis; See Section C for Specifications; QTY: 1 EA. Section C Requirements SPECIFICATIONS 16-Channel Dynamic Signal AnalyzerTechnical Specifications The analyzer shall provide all acquisition and signal processing hardware and software capabilities. The host computer (Windows XP Professional, Windows 7 or later, provided by the Government) shall only be used to display the data, provide the user with the interface to the analyzer and backup test data. The host computers processor will not be required to perform real-time calculations on the data being analyzed. The system shall have the capability to store all settings for a measurement, to both document an acquisition and to allow the user to change between different identical measurements setups. Throughout this specification the term analyzer shall be used for both the hardware and analysis software that will reside on the host computer or on the system hard drive. The host computer is not part of this specification. System Properties: Storage Space for data: 200GB (minimum) Computer Interface: Ethernet Physical Characteristics Dimensions: Not to exceed 7 in x 12 in x 20 in Weight: 25 pounds (maximum) Electrical: 120VAC, 60Hz Operating Temperature: 32 to 130 degrees F Signal Input Number of Installed Input Channels: 16 Expandable up to: 64 channels (either in the existing chassis or by synchronizing multiple chassis) Connector: BNC Input Coupling: AC/DC, differential/single ended, ICP, TEDS Amplitude Voltage Range: 10Volts (min) A/D Converter: 24 bits (minimum) Total Harmonic Distortion: 100dB (maximum) Dynamic Range: 120dB (minimum) Frequency Range: DC to 49 kHz (minimum) on all input channels simultaneously Anti-Aliasing Filters: 110dB (minimum) protection in all ranges Amplitude Accuracy: +/- 0.2% (maximum) of full scale at 1 kHz Frequency Accuracy: 25ppm (maximum) Time Accuracy: 25ppm (maximum) Crosstalk between Inputs: < -100dB Phase Accuracy: 0.05 to 0.5 degrees (maximum) from DC through 40 kHz 0.05 to 1.5 degrees (maximum) from DC through 49 kHz Tachometer/Trigger Channels: Number of Tachometer/Trigger Input Channels: 4 Connector: SMB or BNC. If SMB connectors are provided, an adapter or cable must be provided to convert to a BNC connector. Input Range: +/- 10V (min) Pulses per Revolution Range: 1 (max) to 4000 (min) Pulses per Minute Range: 1 (max) to 300,000 (min) Features: Adjustable threshold and hysteresis Signal Output: Number of Output Channels: 4 Connector: SMB or BNC. If SMB connectors are provided, an adapter or cable must be provided to convert to a BNC connector. Amplitude Voltage Range: 0.1 (max) to 10V (min) full scale D/A Converter: 24 bits (min) Frequency Range: DC to 25 kHz Dynamic Range: 120dB (min) Harmonic Distortion: -90dB (max) at 1 kHz Output Waveforms: Sine, swept sine, random, impulse, half-sine transients General Software Requirements • All software described in this specification shall run on the same hardware both in terms of the personal computer, signal processing and conditioning instrumentation. • The system shall be based on and developed in an MS Windows 7 or MS Windows XP Professional architecture which shall allow for simultaneous visualization of command buttons, plots and menus in multiple windows on a high resolution color display. • The system shall use the native MS Windows 7 or MS Windows XP Professional user interface style and conventions including file management standards, dialog boxes and system utilities. • The system shall have the capability of being controlled by a remote PC across a network connection using TCPIP protocols. • In each phase of testing the system shall allow for flexible on line display of data and provide black and white or color printouts to standard printing devices. Customization of report plots shall be provided with user-defined annotations, graphic markers and embedded user graphics (such as command logos). • Data analysis software shall allow analysis and hard copy of all channel data both during and after test runs. • The system shall have an option that provides full editing and creation of test set ups, analysis and reporting of test result data on a second PC remote from the analyzer. The same functionality as is provided on the analyzer should be available in this case. Also, result data shall be accessible across the network by this facility as well as from normal storage media (for example CD-RW). • The system shall provide for the storage of user specified set-ups for each test. These set ups shall be stored and recalled from disc, edited, listed and/or used immediately for routine test execution. Standard Windows files naming conventions shall be used for all test definition and results data files. • The system shall provide the capability of editing and listing all information for any stored set-ups in the system. Current test set ups will also be stored with the test results files to ensure actual test settings can be checked. • Extensive user configurable and report ready graphics printouts will be available during all test phases. These will include user comments, graph annotation and unlimited graph markers. The print out of the user-annotated graph should be as seen on the monitor. Test Setup Capabilities • The operator shall have the choice of either recalling from disk storage any previously stored test program using a standard Windows file management dialog box or generating a new test program. Each test set up shall be stored using standard Microsoft Windows file naming conventions and be allocated a specific file extension to identify the test type. When generating new programs the system shall organize user-defined parameters using MS Windows data entry formats and styles. Entries including tabular data shall allow cut & paste editing within and from other test set ups to speed up data entry and reduce errors. • Transducer calibration with user defined engineering units • Each channel shall have a user defined text identification tag • User selection of standard units (SI) will be provided with automatic translation of all currently entered parameters when these units are changed. • Data entry shall be user selected engineering units that will provide automatic translation of all entries following a change of selection. Graphics will also be scaled and annotated with the user-selected units. • User defined commentary lines will be available for adding additional test information such as a description of the device being tested, test personnel identification, location and environmental conditions of the test site, etc. These entries will be available for additional changes during the test execution and post test analysis phases. • The system shall provide the capability of editing any or all of the parameters of the set-up. It shall also be possible to view the test parameters. • The system shall provide the capability to print out the set-up parameters to a printer in a text report format. • The system shall store and retrieve unlimited numbers of set-ups each as a standard MS Windows folder within a user defined folder hierarchy. Set-ups shall be able to be read in from disk, edited and restored without loss of any parameters. Set-up files shall be allocated a specific folder extension to identify the test type. • A report ready printout of the test set-up will be available in tabular format that details all test parameters. Analysis Capabilities: FFT Lines of Resolution: Up to 50,000 lines (min) Real-time Zoom: Allow the user to narrow the frequency range by defining a center frequency and bandwidth, while maintaining the 50,000 lines of resolution with a net result of greater frequency resolution. Window Functions: Rectangular, Hann, Flat-top, Hamming Averaging: Provide the capability to average time histories and linear spectra on all channels at a user defined length. Waterfall Display: The system shall allow for the study of the dynamic behavior of rotating machinery. The system shall provide the ability to map time/frequency variations and to create waterfall plots from instantaneous or averaged spectra including single and dual-channel measurements. The following 3-D map data display formats shall be provided: • spectrogram • fine spectrogram • cascade • surface • standard waterfall • Campbell diagrams The system shall also provide the ability to view any constituent record or a slice across all records at a single frequency (or time) value. The system shall have the ability to process 3-D waterfall data on ALL channels simultaneously. Transducer Calibration: Transducer calibration factors shall be entered in at least the following two ways: • Allow for the manual entry of transducer sensitivities to a test setup. • Perform transducer sensitivity measurements and transfer resulting sensitivities to a test setup. Processing Functions: The following real time measurements are required: • Time histories • Last linear spectra • Last auto power spectra • Average auto power spectra • Transfer function/Cross spectral measurements between all channels and a specified reference channel • Coherence • Impulse response function measurements Correlation Measurements (Cross Correlation and Auto Correlation) The system shall provide for both the linear correlation method as well as the circular method. The linear method will be applied for random or transient signals while the circular method will be applied when correlating periodic signals. The system shall allow for the display of normalized (non-dimensional, bounded between ± 1) correlation coefficients to allow for the comparison between different correlation results. The system shall also provide the ability to remove the mean value before correlation, to remove the DC component from the correlation signals. Statistical Measurements The system shall provide the following statistical measurements: • Histogram • Probability Density • Cumulative Distribution measurements Synchronous Averaging The system shall provide the capability to average the time histories and linear spectra on all channels. In order to facilitate this measurement the system shall provide a variety of acquisition triggers to allow for the removal of any contributions from asynchronous signal content in a time or spectral average, thereby isolating the contribution of synchronous signal components. Data Recording Capabilities The system shall provide the ability to perform data analysis while recording the data simultaneously. The throughput recording and measurement analysis must be controlled separately. The system shall provide the ability to start recording independently from a given measurement and record at a different sample rate than the analysis measurements, providing the ability to view immediate processed results at low bandwidths yet providing for the ability to process the recorded data at a user defined higher bandwidth for future analysis. • Minimum of 200GB of hard disk space available for data recording • Ability to stream all 16 input channels at the maximum system bandwidth • This stream capability shall be expandable to 32 channels The graphics and data shall be capable of being copied into Microsoft Word or Excel. The recorded data shall also be capable of being imported into ASCII and MatLab file formats. Acoustic Analysis Capabilities The analyzer shall be capable of both real time and post test analysis of acoustic data. The system shall also allow for the recording of data to the systems disk for both octave and narrowband analysis at a later time. The capabilities for the narrowband analysis shall include the application of A-weighting, display of the data in SPL or Leq and display in either the time or frequency domain. Real-time Octave Band Filter: 1/1, 1/3, 1/12 and 1/24 octave bands conforming to ANSI S1.11 Detector Time Constants: Fast, slow and exponential Weighting: A, B and C weightings RPM Based Measurements The system shall provide the ability to relate the vibration characteristics of a machine to its rotational frequencies. The system shall accept a periodic signal or pulse train from a tachometer or shaft encoder applied to a trigger input and then take this information and determine the instantaneous speed of the machine. • Order Tracking Analysis The system shall be capable of performing order tracking analysis. It shall be able to synchronize the sampling of input signals to the instantaneous angular position of the machine shaft. A constant number of samples per revolution are required so that the analysis is in the order domain rather than the frequency domain as it would be if the data were digitized using a constant number of samples per second. Once the data is analyzed in the order domain, analysis displays such as revolution histories and order spectra shall be available. The user interface shall allow the user to specify the machine speed range, the highest order of interest for the analysis and the order resolution required. • Demodulation Demodulation analysis shall allow for the measurement of the analytic or synchronous average signal in the time domain, as well as the auto power or synchronous average amplitude and phase modulation in the frequency domain. The system shall provide both amplitude and frequency/phase demodulation. The ability to zoom in on the bandwidth of interest accompanied by demodulation is necessary in order to get the resolution necessary in the area of interest. The system shall also provide the ability to combine this with synchronous averaging. The result provides a significant improvement on the signal to noise ratio by triggering the data acquisition relative to a single synchronous component. Analysis of Stored Test Data • It shall be possible to review, analyze, extract, graph and print any type of stored test result data at any time without disturbing a running test. • The content of each selected result file should clearly show the date and time stamps, the channel identification information tags and other key information. • Graphics shall allow both single data display and overlays of at least 32 selected data displays for comparison. • Any number of integrations or differentiations shall be automatically applied to any data, if necessary, when the vertical display units are changed. • A peak cursor function shall produce a list of peak data. This will be displayed as an overlaid table for printing. • The system shall be capable of assigning user defined commentary for each test condition. The user-defined commentary shall be available for recording analysis information for each test run. • Cursors will be available with x- and y-axis read out for all graph data. Cursor type shall include: Single, Double, Harmonic, Peak Pick and Sideband. • Unlimited numbers of user defined annotation and markers will be available for adding to the graphics for report generation. • Markers will have the ability to automatically display the x and y data and units within the marker text. This facility will be user configurable. • A mechanism shall be available to create a multi-page user configurable test report directly to a PDF file. • A mechanism shall be available for automatic plotting of a number of user-selected data, for example, a number of individual channels. • A cut and paste function shall allow data values or graphics to be copied directly in MS Office applications such as Word or Excel. • Printouts of graphics shall be to a standard Windows supported print device and a print preview function shall be provided. • A post test analysis function should be available as an option to execute on a second PC remote from the control system. In this case data should be accessible from the analyzer across a network or from standard storage media. Data Exporting The system shall provide the ability to convert data selected by the user to either be stored automatically at the completion of the test or by the user after the test has been completed. Data exporting shall allow for the conversion of data stored in the supplier's standard format and covert to either of the following formats. • ASCII Text • Matlab (MAT) Files Technical Support The system shall include technical support for the system for 1 year. At a minimum, this support shall include e-mail and telephone support 5 days per week, 8 hours per day. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Restrictions on Subcontractor Sales to the Government A lternate I (Oct 1995) FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, And Energy Program Use (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Deviation)(NOV 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-18 Encouraing Contractor Policy to Ban Text Messaging FAR 52.222-19 Child Labor Law Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-50 Combating Trafficking of Persons (Feb 2009) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-36 Payment by Third Party (FEB 2010) FAR 52.233-1 Alt 1 Disputes Alt 1 (DEC 1991) (JUL 2002) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.242-15 Stop Work Order (AUG 1989) FAR 52.243-1 Changes-Fixed Price (AUG 1987) FAR 52.244-6 Subcontracts for Commercial Items (DEC 2010) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984) FAR 52.253-1 Computer Generated Forms (JAN 1991) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.211-7003 Item Identification and Valuation (JUN 2011) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2011) DFARS 252.225-7000 Buy American Act -Balance of Payments Program (DEC 2009) DFARS 252.225-7001 Buy American Act and Balance of Payment Programs (MAR 2012) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFARS 252.232-7010 Levies on Contract for Payment (DEC 2006) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002)Alt III SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2011) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at http://www.sam.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) Alternate 1 (NOV 2012) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.252-2 Clauses Incorporated By Reference ( FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Quotes must be received no later than 2:00 PM. Eastern Standard Time (EST) on 19 June 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Ms. Prestipino, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Ms. Prestipino at catherine.prestipino@vb.socom.mil. or phone (757) 862-9467 or fax to (757) 862-0809.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0226/listing.html)
- Record
- SN03078073-W 20130605/130603234709-82d02be5307a68160f88334b86f16896 (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 |