Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOURCES SOUGHT

66 -- Sources Sought for one (1) 200 horsepower (hp) AC dynamometer for the purpose of conducting experiments on advanced electric motors for future aviation and ground vehicles.

Notice Date
7/18/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-R-0072
 
Archive Date
8/9/2018
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 07/16/2018 (3) Classification Code : 66 (4) NAICS Code: 334516 (5) NAICS Size Standard: 1000 Employees (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for one (1) 200 horsepower (hp) AC dynamometer for the purpose of conducting experiments on advanced electric motors for future aviation and ground vehicles. (8) Proposed Solicitation Number: W911QX-18-R-0072 (9) Sources Sought Closing Response Date: 07/25/2018 (10) Contact Point: Nicole G. Hernandez, Contract Specialist, Nicole.g.hernandez2.civ@mail.mil (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section B are subject to change prior to the release of any solicitation. B. Salient Characteristics The Army Research Laboratory requires a high response 12,000 rotations per minute (rpm), 200 horsepower (hp) AC dynamometer to conduct experimentation on advanced electric motors for future aviation and ground vehicles. The dynamometer shall be a turnkey four quadrant low inertia AC motor and line-regenerative variable frequency drive. The stand will be used to map performance of motors, as well as capable of running hardware-in-the-loop integrating with more complex system models running in real time. The stand shall include: four quadrant dynamometer, VFD, all electrical cabling and required instrumentation and controls, stand weldment with test article attachment points, torqemeter and encoder, couplings and intermediate shafting to initial test article, documentation and support as described below. The contractor shall deliver this dynamometer system to the Vehicle Technology Directorate (VTD) of the Army Research Laboratory in Building 4603, Aberdeen Proving Ground (APG), MD 21005 with the following minimum Government specifications: Performance • The dynamometer shall have a maximum speed of at least 12,000 rpm, base speed between 4000-6000 rpm. • The dynamometer shall be capable of delivering 200 hp continuous power from 4000-8000 rpm and a minimum of 150 hp at 12,000 rpm. • The dynamometer shall be capable of delivering a minimum of 250 ft·lb of torque from near-0 rpm to base speed. • The dynamometer rotor shall have an inertia no greater than 7 lb·ft2, with high transient acceleration capability and inertia simulation. • The dynamometer shall be capable of accurate and stable operation at low power levels of 5-20 kilowatts (kW), at speeds down to 1000 rpm. • The stand shall be capable of maintaining load accuracy within 0.2 kW at loads from 7kW - 20kW Electrical • The dynamometer shall accept Input Voltage: 480 VAC (3 phases) • The dynamometer shall accept Input Frequency: 60 Hz • The dynamometer shall be line -regenerative to 480 VAC mains • The dynamometer shall include up to 50 feet (ft) of phase-balanced VFD power cables to connect motor drive to dynamometer • In the event of a loss of the AC supply power, the system supplied by the Contractor shall be configured to detect the loss of AC mains and isolate within 100 ms. Physical • The test stand shall include a mounting interface to allow flexibility in attachment of units under test (UUT) of varying configuration. This interface shall allow future Government-supplied interface adapters to be mounted for UUT beyond the initial UUT. • The Contractor shall supply a mounting interface adapter for the initial unit under test, with test article dimensions and mounting hole pattern specified after contract award. • The test stand shall include a test article physical envelope of at least 24" H x 24" L x 24" W. • The Contractor shall supply intermediate shafting and interfaces to connect the unit under test to the dynamometer. • The dynamometer motor shall be mounted on a heavy duty weldment base with lifting features allowing the base and dynamometer to be moved by forktruck and/or overhead crane/hoist. • The dynamometer shall be removable from the stand to be mounted to other weldments as necessary. Instrumentation and Control • The Contractor shall provide a turnkey control system for the dynamometer that does not preclude integration with a Government-supplied National Instruments, Inc. manufactured control and data acquisition system running Labview software. If software is included with the dyno or if it is available but at additional cost, state this in your proposal. • In addition to any Contractor-provided interface, the control system shall accept Government-provided torque and speed controls relayed as analog voltages and digital enable commands. Any digital communication shall have latency of less than 20 milliseconds (ms), with less than 10 ms preferred. • The control system shall include configurable warnings and shutdowns to protect the stand from operating at damaging conditions. • The stand shall allow remote analog monitoring of torque, speed and other parameters by a Government supplied data acquisition system, to be installed after delivery of the stand. • Any signals measured by the control system for the purposes of verifying stand health (such as temperatures, vibration, etc.) shall be made accessible to a Government-supplied data acquisition system via OPC-UA or other mutually agreed method. • The dynamometer shall be controlled from an adjoining control room via Ethernet communications and a hard-wired emergency stop. Wire bundles and runs shall be kept to a minimum. • The dynamometer shall be capable of future integration by the Government with hardware-in-the-loop configurations using real-time modeling in environments such as Opal RT and Simulink. • The stand shall include a 0.05% full scale accuracy or better non-contact torque transducer • The stand shall reserve an open volume for mounting a 600 mm x 800 mm enclosure to the stand in which the Government's data acquisition system will reside. The mounting location shall be selected to minimize electromagnetic interference (EMI) from power components. • The stand shall include provisions for conducting dead-weight calibration of torque sensor • The VFD shall be capable of setpoint ramp of 10-90% torque/speed commands within approximately 3 ms Safety • UL/NRTL: Provide list of stand components that are UL (previously Underwriters Laboratories) listed or tested by a Nationally Recognized Test Laboratory (NRTL) recognized by the Occupational Safety and Health Administration (OSHA). For commercial items, UL listing and/or NRTL tested is preferred but not required. • Shall include hazardous fault protections. • Shall include remote shutdown interlock. • Shall include shaft safety guards around rotating hardware. Installation Support • The Offeror shall provide on-site installation support, commissioning and training for operation and maintenance of the stand. Cost proposals shall detail the duration and nature of installation support, commissioning and training. • The Offeror shall commission the installed dynamometer at Bldg. 4603, Aberdeen Proving Ground, MD. Commissioning shall include a test to demonstrate that after loss of AC power, the drive isolates from the main supply within 100 ms. • The Offeror shall provide a minimum of 40 hours of remote technical support within one (1) year of delivery at no additional cost for the purpose of answering questions and providing information necessary to integrate the dynamometer controls and acquisition with Government-provided equipment. Documentation • The Contractor shall provide all software application programs and technical data to the Technical Point of Contact within two (2) weeks of dynamometer delivery. Warranty • The Contractor shall include a minimum of one (1) year warranty and support contract from the date the stand is accepted by the Government. Government Furnished Equipment and Services • Process chilled water at 40-60 °F and 40-80 psig supply is available for cooling • Compressed air is available at 110-130 psig • 120VAC, 208VAC, 277 VAC and 480 VAC electrical service is available Contractor and all associated sub-contractors' employees shall provide all information required for background checks to meet installation access requirements to be accomplished by Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204.9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 employee standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 11:59AM Eastern Standard Time (EST) on 25 July 2018. Submissions should be emailed to Nicole G. Hernandez at Nicole.g.hernandez2.civ@mail.mil. Mailed submissions can be sent to the address in block 6, ATTN: Nicole G. Hernandez Questions concerning this sources sought may be directed to Nicole G. Hernandez at Nicole.g.hernandez2.civ@mail.mil or 575-678-4979. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Contractor Facility (14) Estimated Delivery Timeframe or Period of Performance: Sixteen (16) weeks after date of contract (ADC).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6a75fe0f3d5211db41c9a788179b108f)
 
Record
SN04996852-W 20180720/180718230939-6a75fe0f3d5211db41c9a788179b108f (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  © 1994-2020, Loren Data Corp.