|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 70 -- TURNKEY COMPUTER CONTROL SYSTEM FOR COMPOSITE PROCESSING AND
MANUFACTURING SOL 1-074-DMB.5038 DUE 072098 POC Artistine Lethcoe-Reid,
Purchasing Agent, Phone (757)-864-2432, Fax (757) 864-9774, Email
A.LETHCOE-REID@larc.nasa.gov -- James W. Cresawn, Contracting Officer,
Phone (757)-864-2500, Fax (757) 864-7898, Email
J.W.CRESAWN@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-074-DMB.5038. E-MAIL:
Artistine Lethcoe-Reid, A.LETHCOE-REID@larc.nasa.gov. This notice is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. This procurement is being
conducted under the Simplified Acquisition Procedures (SAP). One each
of a turnkey computer control system which also performs as a data
acquisition and QA/QC system for composite processing and manufacturing
with the following specifications. The system shall be a single,
multitasking control system which can control up to twenty (20)
different pieces of equipment concurrently. The control system shall
utilize a single PC and control multiple independent processes
concurrently. The system shall have the capacity to control processes
from thermocouple, dielectric, fiber optic and infrared signals. The
controller shall control temperature, pressure, load, heating rate, and
cooling rate via a graphic user interface and spreadsheet recipe
programming. The controller shall be capable of user programmable ramp
and soak rates. The system shall have a watchdog circuitry designed to
place all equipment in a safe mode in the event of controller failure.
Hardware: The system shall include two (2) Pentium II 300 Mhz PCs (one
primary and one backup) with 32 Mbyte, 17 monitor, 6.4 Gbyte
hard-drive, floppy, CD ROM, IOMEGA ZIP drive, MS Office SB edition,
10/100 network interface car, bar-code reader, mouse, and keyboard, The
system shall include a printer for report and real-time printing. The
system shall provide a fast-Ethernet hub for connection of both PCs to
NASA LaRC intranet. Connection and wiring to LaRC net shall be the
responsibility of LaRC. The system shall include a ten (10) channel
dielectromter, OEM-ICAM from Micromet, with internal multiplexer
installed. The system shall include two (2) APC # 650PRO UPS units for
backup power to the computers. This system shall include a M4RTU
processor to link between the computers and the I/O located at each
equipment node. The system shall include a Snap-IO by Opto driven by
the M4RTU processor at each equipment to be controlled. Each equipment
node shall include a Nema-1 enclosure with a dedicated I/O rack, I/O
modules, and 5VDC power supply. Software: The system shall be a single,
multitasking control system which can control up to twenty (20)
different pieces of equipment concurrently. The system shall be mouse
driven with pull-down menus. The system shall provide on-screen help
information. The software will allow for entering next part
information, run reports, and new programming while a run is in
process. The software shall include a recipe programming facility which
incorporates a spreadsheet design. It shall provide for an unlimited
number of cure recipes to be programmed and saved. Cure recipes shall
support ramp/soak control of multiple zones and zones can be configured
for temperature, pressure, vacuum, or speed. The system shall allow for
a minimum of fifty (50) independent ramp/soak control zones to be
configured on a single cure recipe. The system shall provide full
equipment automation by turning ON and OFF motors and pumps at the
beginning and end of cycles. Cure recipes shall support part
temperature control by either leading, lagging, average, mean, or an
individual part temperature. The system shall allow for user configured
tuning parameters, back-up thermocouple choice in case of burnout or
exotherm, and control limitations such as max air temperature, max
air-to-part temperature delta and max part temperature delta. The
system shall incorporate an automatic identification of each part s
thermal transfer coefficient during a run. The system shall control
vacuum levels of multiple receivers as well as control VAC/OFF/VENT
valving at each the vacuum supply line connections. The system shall
perform automatic leak-checks of each part prior to a run as well as
provide automatic part isolation on bag rupture duringa run. The system
shall control pressure as specified ramp rate and value. The system
shall include a system to watch user specified sensor, and hold a run
within a segment until that sensors value reaches a preprogrammed value
or meets a truth criterion. The system shall provide real-time
arraneous modeling of the material properties and support control based
on real-time or integrated future predictions of the viscosity,
reaction rate, and other modeled variables. The system shall provide a
system of programmable alarms. Minimum set of alarms shall be Max Part
Temp., Min Part Temp., Max Part Rate, Min Part Rate, Max Air Temp, Max
Air-to-Part Deviation, Max Part Delta, Pressure Deviation, Bag Leak,
Vacuum Deviation. The system shall allow to change the running recipe
during a run. The system shall provide real-time arraneous modelling of
the material properties and support control based on real-time or
integrated future predictions of the viscosity, reaction rate, and
other modelled variables. The system shall provide real-time or
post-run full color plotting. The system shall include reporting
capability to provide comprehensive QA/QC reports which include
information regarding part performance, adherence to specification and
alarm log. The system shall provide real-time monitoring and file
transfer supported via an integrated Host communication feature. The
system shall include the capability to automatically reenter a run
following a power-loss. This restart shall occur when power is restored
and will continue the run where it was interrupted. The system shall be
compatible with Micromets Eumetrics III dielectrometer and provide
closed loop control from dielectric signals. Specific LaRC Equipment to
be controlled: The system shall provide complete automation of two (2)
autoclaves, and three (3) vacuum presses. The system shall have the
capacity to control processes from thermocouple, dielectric, fiber
optic and infrared signals. The controller shall control temperature,
pressure, load, vacuum, heating rate, cooling rate, all motors, and
related components for the following pieces of equipment: Thermal
Equipment 30 x 48, 400psi/ 8000F Autoclave 6 part thermocouples 1 air
temperature thermocouple 1 pressure transducer 1 system vacuum 4 vacuum
monitoring transducers United McGill 12 x 48, 330psi/ 7000F Autoclave
4 part thermocouples 1 air temperature thermocouple 1 pressure
transducer 1 system vacuum 2 vacuum controlling transducers Technical
Machine Products 30 Hg, 8000F, 80,000 lbs Hot Vacuum Press 4 zone
thermocouples 4 part thermocouples 1 pressure transducer system vacuum
all digital interlocks Wabash 30 Hg, 8000F, 80,000 lbs Vacuum Press 4
zone thermocouples 4 part thermocouples 1 pressure transducer system
vacuum all digital interlocks 30 Hg, 8000F, 15,000 lbs Vacuum Press
(Vender yet to be determined) 4 zone thermocouples 4 part thermocouples
1 pressure transducer system vacuum all digital interlocks
Miscellaneous: The contractor shall provide system installation (field
engineering for startup, check out,and calibration) which shall meet
all applicable LaRC safety regulations. The installation shall include
material, labor, engineering, startup and training (minimum of three
(3) days). Operating manuals (2 copies) shall also be provided. The
contractor shall provide free software upgrades for the life of the
equipment. The contractor shall provide a one (1) year warranty on all
parts and labor. The provisions and clauses in the RFQ are those in
effect through FAC 97-04. This procurement is a total small business
set-aside. See Note 1. The SIC code and the small business size
standard for this procurement are 7373 and $18 million, respectively.
The quoter shall state in their quotation their size status for this
procurement. All qualified responsible business sources may submit a
quotation which shall be considered by the agency. Delivery to FOB
Destination. The DPAS rating for this procurement is DO-C9. Quotations
for the items(s) described above may be mailed or faxed to the
identified point of contact [or bid distribution office, by the
date/time specified and include, solicitation number, FOB destination
to this Center, proposed delivery schedule, discount/payment terms,
warranty duration (if applicable), taxpayer identification number
(TIN), identification of any special commercial terms, and be signed by
an authorized company representative. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. Please note that payments are to be made by electronic funds
transfer, accordingly, you must provide the mandatory information for
electronic funds transfer with your representations and
certifications. Failure to provide this information may delay or
prevent the receipt of payments through the Automated Clearinghouse
Payment System. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: 52.214-34,
52.214-35, 52.219-6, 1852.215-84, 1852.225-73. FAR 52.212-5 is
applicable and the following identified clauses are incorporated by
reference. 52.222-3, 52.233-3, 52.222-26, 52.222-36, 52.225-3,
52.225-18. Questions are due by 07/20/98. Selection and award will be
made (on an aggregate basis to the lowest priced, technically
acceptable quoter. Technical acceptability will be determined by
information submitted by the quoter providing a description in
sufficient detail to show that the product quoted meets the
Government's requirement. [ Quoters must provide copies of the
provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See above for where to obtain copies
of the form via the Internet. An ombudsman has been appointed -- See
Internet Note "B". It is the quoter's responsibility to monitor this
site for the release of amendments (if any). Potential quoters will be
responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Any referenced notes can
be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 07/02/98. (0183) Loren Data Corp. http://www.ld.com (SYN# 0355 19980707\70-0012.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|