Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
MODIFICATION

36 -- Sources Sought for one (1) Automated Fiber Placement (AFP) Machine

Notice Date
11/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
333249 — Other Industrial Machinery 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
W911QX19Q0011
 
Archive Date
11/28/2018
 
Point of Contact
Walker T. Hare, Phone: 3013941088
 
E-Mail Address
walker.t.hare.civ@mail.mil
(walker.t.hare.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 : 01 November 2018 (3) Classification Code : 36 (4) NAICS Code: 333249 (5) NAICS Size Standard: 500 Employees (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for one (1) Automated Fiber Placement (AFP) Machine (8) Proposed Solicitation Number: W911QX19Q0011 (9) Sources Sought Closing Response Date: 11/13/2018 (10) Contact Point: Walker Hare, Contract Specialist, 301-394-1088, walker.t.hare.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 C are subject to change prior to the release of any solicitation. B. Salient Characteristics Contract Line Item Number (CLIN) 0001: The Contractor shall deliver one (1) highly accurate, robot based Automated Fiber Placement (AFP) machine capable of processing commercially available fibers/tapes for flat, cylindrical and contoured parts. The complete machine shall be fabricated, tested, and verified to be compliant with the below specifications at the vendor's facility prior to being shipped to, installed, and retested at the US Army Research Laboratory (ARL) in Aberdeen, Maryland. The machine shall fulfill the following minimum specifications: • Shall fit into and have full functionality within an existing 20 foot ('), x 30' x 16', (Width x Length x Height) room, such that the arm mechanism shall not impact the room ceiling or surrounding walls during operation. The Contractor shall ensure the individual system pre-assembled components are capable of fitting into room thru 6'x 8' double wide doors. • Shall include an operator station with all the necessary hardware to interface with and control the AFP machine, placed outside of clean room to allow personnel to operate equipment looking thru window and/or monitor from a live camera feed. The operating station shall include a computer that is capable of running all necessary control and simulation software and connections to the AFP machine controllers is included in the operator station. • Shall include a rotator (rotates the workpiece about an axis of rotation), with software capable of controlling the rotation rate up to at least five (5) rotations per minute (rpm), for processing complex structures such as cylindrical, box beams, and parts with concave and convex curvatures, and can handle a weight of up to 2500 pounds for processing on a mandrel of three (3) foot diameter with a minimum working length of 10 feet. • Shall have three (3) interchangeable processing heads: o one (1) for a single thermoplastic (TP) tow o one (1) for a four (4)-tow minimum thermoset (TS) processing head capable of processing 1/8 inch ("), ¼" and ½" wide slit tape material with minimal additional hardware required. o one (1) Laser Heating Head for processing both thermoplastic and thermoset materials with adequate compaction to ensure full consolidation of part. The material temperature shall drop by 50% within a half inch (0.5") of the laser area boundary. • Shall incorporate a demonstrated quick change mechanism that is capable of placing the fiber placement head into a work stand, and then picking up another head with an identical interface, with minimal human intervention (single person effort). • Shall allow for the disconnect and reconnect of all power, data, and pneumatic lines required to operate the fiber placement head, with minimal human intervention (single person effort). • Shall include one (1) commercially available industrial robot AFP machine with a minimum of six (6) degrees of freedom (DOF) at tool spot or motion platform with rotating part and shall have a minimum work envelope including 18" radius around the length of the rotator (rotates the workpiece about an axis of rotation) and the volume defined by the table surface and 60" above the surface. • Shall have a tape laying accuracy of ± 0.05" at 10" per second and which will include a controllable compaction force from 0 to 300 pounds, ± 10 pounds. • Shall monitor and record material temperature and roller compaction force • Shall record the locations of defects (splices, wrinkles, misplaced tows, foreign objects). • Shall be equipped with quantity one (1) tension creel rack and one (1) unwind system that will continuously apply tension, and shall be controllable within a minimum range of one-half (0.5) to two (2.0) pounds, during laydown and for removal and collection of backing material. • Shall include a closed loop control and monitoring of material temperature • Shall provide closed-loop position feedback at all joints (i.e., degrees-of-freedom) in an American Standard Code for Information Interchange (ASCII) format to document the actual fiber placement is consistent with the "as-programmed" position within the system accuracy and precision requirements. • Shall be capable of operating off of, and be compatible with, a 480 Volts/Alternating Current (VAC), 60 amps, 3 Phase, 60-Hz electrical connection and standard shop air supply. • Shall provide a paddle tool, 24" x 36", designed to mount onto AFP rotator for use in making flat panels and for use with initial training of equipment. • Shall provide a metallic based table with a minimum dimensions of four (4') x eight (8') capable of handling machine compaction forces for processing flat panels without deflecting more than one-tenth (0.10") with mounting holes and positive indexing features to accurately hold parts and/or tooling during layup process. • Shall provide AFP user manuals (both hard and electronic copies) in English for all equipment, including use of each interchangeable processing heads head CLIN 0002: The Contractor shall provide one (1) software for the AFP that meets the following minimum specifications: • Shall provide software that is compatible with Windows 10 Operating System for working offline with the capability to import the following part file types: STEP, IGES, STL, NASTRAN, SLDPRT. • Shall provide updates to the software, at no additional charge, compatible with future updated versions of the Operating System. • Shall include a minimum of five (5) perpetual licenses • Shall be capable of complex part design (including but not limited to concave and convex curvatures), automatic AFP machine path generation, manual machine programming, and layer by layer manufacturing kinematic simulation (including but not limited to simulate head motion, material placement, and collisions). • Shall be stand alone and not require any third party CAD systems • Shall provide user manuals (both hard and electronic copies) in English for the software CLIN 0003: The Contractor shall provide delivery, installation, setup, and re-testing at the ARL in Aberdeen Proving Ground, Maryland 21005-5066 that meets the following minimum specifications: • Shall deliver the AFP machine to Building 4600 Aberdeen Proving Ground, MD 21005-5066. • Shall integrate an interlock system with the existing clean room doors as a safety barrier to shut down the AFP machine if clean room doors are opened during operation. • Shall install an emergency stop button on AFP machine and outside the clean room at operator station. • Shall ensure all air, hydraulic, power, data lines, and cable trays required internally and between AFP machine components necessary to operate the AFP machine in a manner that meets all requirements are included. CLIN 0004: The Contractor shall provide a minimum of 40 hours on-site training at ARL, Aberdeen, Maryland for up to ten (10) ARL employees/contractors on machine operation, provided software usage, and general maintenance. CLIN 0005: The Contractor shall provide a Service Agreement including, but not limited to, the identification of software issues, software updates, machine/hardware problems, trouble-shooting and technical support via phone for a minimum of three (3) years from the date of Government acceptance of machine C. Responses: All interested parties should notify this office by 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 500 Employee standard that accompanies NAICS code 333249. 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. (IV) If contract financing, as defined in FAR 32.001, would be proposed in any potential future solicitation. (12) Responses to this sources sought are due no later than 11:59 AM eastern standard time 11/13/2018. Submissions should be emailed to Walker Hare, Contract Specialist, walker.t.hare.civ@mail.mil Questions concerning this sources sought may be directed to Walker Hare at walker.t.hare.civ@mail.mil or 301-394-1088. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Army Research Laboratory (ARL) Aberdeen Proving Ground, MD 21005 (14) Estimated Delivery Timeframe or Period of Performance: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/28d8d9566f6c1422d947484b98898ebd)
 
Place of Performance
Address: Army Research Laboratory (ARL), Aberdeen Proving Ground, MD 21005, United States
Zip Code: 21005
 
Record
SN05146825-W 20181109/181107231006-28d8d9566f6c1422d947484b98898ebd (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.