Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SPECIAL NOTICE

66 -- Rotational Actuator - JOFOC Sole Source

Notice Date
5/16/2017
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
 
ZIP Code
80305
 
Solicitation Number
NB647020-17-02598NOI
 
Archive Date
6/3/2017
 
Point of Contact
Michael G. Fredericks, Phone: 3034977763, Dennis M. Fuentes, Phone: 3034975573
 
E-Mail Address
michael.fredericks@nist.gov, dennis.fuentes@nist.gov
(michael.fredericks@nist.gov, dennis.fuentes@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
JOFOC Notice of Intent to Sole Source: NB647020-17-02598 Description of Contract Action: Rotational Actuator Post Date: 05/16/2017/ Close Date: 05/19/2017 File Name: NB647020-17-02598/Rotational Actuator Contact Points: Michael G. Fredericks, Contracting Officer (303) 497-7763 This requirement is conducted under Federal Acquisition Regulation (FAR) 13.106-1(b). This is a notice of intent to award a sole source procurement action and is not a request for competitive quotes or proposals. Firms who want to challenge the sole source must submit an interest letter that demonstrates your firm's ability to provide an equivalent supply as described below. Interested parties must provide rationale as to why they should be considered. All interested firms must respond to this special notice by 19 May 2017, 11:00am, Mountain Time to Michael G. Fredericks at michael.fredericks@nist.gov. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion for the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. NIST will not reimburse for any costs connected with providing the capability information. Description: The National Institute of Standards and Technology (NIST), intends to award on a sole-source basis under the authority of FAR 13.106-1 (b) with MTS Systems Corp, 14000 Technology Dr, Eden Prairie, MN. Sole Source determination is based on the market research that shows only one vendor can supply the correct parts and services to meet MML requirements. The NAICS code 334519- Other Measuring and Controlling Device, Size Standard 500 will be used. DELIVERABLES: The contractor shall provide one Rotational Actuator per the requirements identified in the Statement of Work listed below: Statement of Work (SOW) Rotational Actuator NB647020-17-02598 A. Background: The Material Measurement Laboratory (MML) is one of seven metrology laboratories within the National Institute of Standards and Technology (NIST). The laboratory supports the NIST mission by serving as the national reference laboratory for measurements in the material sciences. Our activities range from fundamental and applied research on the composition, structure and properties of industrial, materials and processes, to the development and dissemination of tools including reference measurement procedures, certified reference materials, critically evaluated data, and best practice guides that help assure measurement quality. Our research and measurement services support areas of national importance, such as manufacturing, from lightweight alloys for fuel-efficient automobiles to bio-manufacturing and data for chemical manufacturing MML researchers are leading a three-dimensional (3D) strain mapping project to develop a neutron-based technique to measure 3D strain tensors in structural components under complex loading conditions. To collect 3D data from a specimen under test, the specimen must be articulated within the neutron-beam while under load. A mechanical testing load frame capable of articulating the center of a test specimen through four (axial load plus three) mechanical degrees of freedom is being designed. The first phase of the project is to develop the test system, procure components and assemble into a modular working system to begin experimentation at the beam line. The basic concept of the test frame is a typical two column design with a movable top cross-head that has the load cell and rotational thrust bearings installed to accommodate tensile and compressive forces (on the specimen) while also allowing rotation of the specimen. The fixed base plate must include the linear and rotational actuators. The swing and tilt motions are outside the requirements of this statement of work, physical requirements to allow swing and tilt motions will be described in the technical specifications. The system is begin developed with existing MTS Systems Corporation (hereafter referred to as MTS) instruments owned and used by MML, details of the equipment owned and system integration requirements are in the Technical Specification. B. Technical Specifications: MML researchers have determined the design envelope and component requirements to provide axial actuation and axial rotation to the specimen. Since the system is being built in stages and will incorporate a mix of new and existing components, the requirements are separated into three categories below. 1. Physical Constraints 1.1The axial and rotary actuator must be assembled as one integrated unit, and must also be integral to the base plate. The base plate with actuators shall be clamp-mounted to steel columns. The column spacing must match other equipment already owned by NIST. The columns are 76.2 mm (3 in) diameter and the center-to-center spacing is 536.2 mm (21.110 in). 1.2 The actuators will be bottom mounted on the frame. The beam-line is fixed at 46 in from the floor of the laboratory where tests will be conducted. Swing and tilt requirements of the frame are used to set the maximum distance from the end of the actuator assembly to the center of the actuator stroke at 45 in. No other physical constraints are specified. 2. Mechanical Requirements 2.1 The actuator assembly must include the linear actuator, linear displacement transducer, rotary actuator and rotary encoder integrated with the base plate as one complete unit. The hydraulic service manifold, shall be rigidly mounted to the base plate and shall include a low and high pressure switch, an accumulator assembly and a two place servo-valve manifold. Initially only one servo-valve will be mounted. • Minimum axial force capacity - 25 kN (5.6 kips) • Minimum axial displacement - 100 mm (~ 4 in) • Minimum rotational torque capacity - 250 Nm (2200 lbf-in) • Minimum rotation angle - 270 degrees • Hydraulic Service Manifold to handle up to 57 Lpm (15 gpm) • Accumulator size for pressure and return - 0.5 L (1 pt) • Servo-valve - 4 Lpm (1 gpm) 3. System Integration 3.1 The actuator will be incorporated into an existing system, thus special consideration is required to ensure compatibility between the actuator and the existing system. The two components of the existing system for which compatibility with the integrated actuator assembly is required are the controller and associated cabling. The controller is a TestStar IIs model from MTS. The cable assembly is standard for all components. A SilentFlo HPU is also owned by NIST-MML and will be used to hydraulically power the test frame. No special requirements are known or needed for integration. 3.2 Column spacing (76.2 mm (3 in) diameter and the center-to-center spacing is 536.2 mm (21.110 in)) is fixed based on existing equipment requirements. 3.3 Cabling and hydraulic plumbing will be provided by NIST. C. Deliverable Schedule: Delivery shall be within 135 days after receipt of award (ARO) D. Warranty: A one year warranty is required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b6151340bfa0fd309b8c3453cea8e76e)
 
Place of Performance
Address: NIST, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN04510508-W 20170518/170516234732-b6151340bfa0fd309b8c3453cea8e76e (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.