Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175

Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315

66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL F05611-98-T-2008 DUE 091898 POC Contact, Marlene Kleckner, 719-333-4531 or TSgt Chris M. Vaccarella, 719-333-3961 17. This 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; proposals are being requested and a written solicitation will not be issued. This solicitation F0561198T2008 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-07. The Standard Industrial Classification Number is 3829 and the Business Size Standard is 500 employees. OFFERORS MUST INDICATE THEIR BUSINESS SIZE WITH EACH PROPOSAL. Women and small disadvantaged business are encouraged to submit offers. The proposed contract listed here is unrestricted. Line Item 0001 -- 0.5" Five Force, One Moment Balance (MK 13) as per attached Statement of Objectives (SOO) -- QTY 1 EA -- UNIT PRICE _______________ TOTAL PRICE _______________ Line Item 0002 -- Calibration Body as per attached SOO -- QTY 1 EA -- UNIT PRICE ________________TOTAL PRICE ___________. Line Item 0003 -- Master Taper Gauge as per attached SOO -- QTY 1 EA -- UNIT PRICE ________________TOTAL PRICE ___________. Statement of Objective (SOO) for Force Balance 1. General Description: The following are the salient characteristics of the 0.50" diameter force balance model 0.75MKXIII manufactured by Able Corporation and represent the minimum needs of the Government. The 0.5" five force, one moment balance shall be a two shell design (floating frame) with the inner shell (rod) being mounted to the wind tunnel sting support and the outer shell (case or sheath) being mounted to the model. Forces and moments shall be transmitted from the wind tunnel model to the ground support sting through a number of removable elements arranged in parallel, with each element strain gauged to measure one load component and isolated from the remaining components by elastic pivots (flexures). These removable elements shall be isolated from the remainder of the system by integral elastic pivots and shall consist of a pair of forward and aft vertical elements to measure normal force and pitching moment, a pair of forward and aft horizontal elements to measure side force and yawing moment, a dual axial force element, and a dual rolling moment element. Failure of any or all of the force and moment sensing elements shall not cause separation of the model from the balance or sting. The each force and moment sensing element shall be repairable or replaceable by the contractor without replacing the entire set of elements. The load range of the force and moment sensing elements shall be changeable by removing the original elements and replacing any or all of them with elements having a new load range. 2. Dimensions: The external shape shall be cylindrical, and the strain gauges shall be covered by an external metal sheath. To accommodate existing models, the outside diameter of the balance at the modelend shall be .4996" (+0.0002" to -0.0001"). The length of the outer sheath shall be 2.740 inches. The distance from the aft sheath to the end of the tapered sting shall be 0.600 inches. The tapered sting diameter shall be 0.35 inches. The taper shall be 0.625 inches per foot. 3. Rated Loads of Individual Components: The specified load ranges are required: Normal force -- +/- 225 pounds at 0 pitch. Pitching moment -- +/- 236 inch pounds at 0 normal force. Side force -- +/- 204 pounds at 0 yaw. Yawing moment -- +/- 179 inch pounds at 0 side force. Axial force -- +/- 55 pounds. Rolling moment -- +/- 45 inch pounds. The balance shall be fabricated to include a safety factor of two (2) in all above load cases. For example it shall be able to sustain a 450 pound normal force without damage to any of the gages. All force and moment measurements shall be accurate to +/- 0.25% of full scale reading. Combined hysteresis and non-linearity shall not exceed 0.5% of full scale at any applied load in the rated range. All accuracy specifications shall be based on least squares linear calibration coefficients. All factory calibration constants shall be reported in English units. The calibration of this balance will be compatible with our existing "Able Corporation" balances. Compatibility includes the calibration factors that are produced (and read into our data reduction program) and the interface between the balance and our "Able Corporation" calibration fixture and stand. 4. Temperature Sensitivity: Transient temperature errors in any gage element shall not exceed 1.0% of full load output when the sting temperature is constant or changing while the outer-case temperature is changing at a rate of 5 F per minute between 60 F and 180 F. At stabilized temperatures, the error in any gage element shall not exceed 0.5% of full load output when operated between 60 F and 180 F. 5. Excitation and Sensitivity: Bridge sensing elements shall operate with an applied voltage of 6 volts DC. At rated load, the gage output shall be at 1 mV per volt of excitation. The resistance of each of the gage elements shall be 350 ohms. 6. Interactions: Interactions on any gage member caused by the application of full design load on any other gage member shall fall within the following values: 70 % of the possible first order interactions shall be less than or equal to 0.5% of full scale output. An additional 20% of the first order interactions shall be less than or equal to 1.0% of full scale output. The remaining 10% of the first order interactions shall be less than or equal to 3.0% of full scale output. All interactions in excess of 1.0% shall be linear within plus or minus 10% of the interaction output. 7. Wiring: The four-wire stranded bundle coming from each force and moment element shall be color coded in accordance with the following: Element -- N1; Input Positive -- Red; Input Negative -- Black; Output Positive -- Green; Output Negative -- Blue Element -- N2; Input Positive -- Red; Input Negative -- Black; Output Positive -- Green; Output Negative -- White Element -- S1; Input Positive -- Red; Input Negative -- Black; Output Positive -- Green; Output Negative -- Gray Element -- S2; Input Positive -- Red; Input Negative -- Black; Output Positive -- Green; Output Negative -- Yellow Element -- Axial; Input Positive -- Red; Input Negative -- Black; Output Positive -- Green; Output Negative -- Purple Element -- Roll; Input Positive -- Red; Input Negative -- Black; Output Positive -- Green; Output Negative -- Orange The stranded wire size shall be 36 A.W.G. or larger wire (smaller gage). The length of wiring supplied shall be at least 20 feet to allow for remote excitation and voltage sensing. 8. Payments: Payments will be accomplished upon receipt of all items and submission of a proper invoice. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items, addenda, acceptance time period of 70 days; you are requested to submit your quote on SF 1449 . The following additional FAR provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, 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: 1) Technical capability of the item being offered to meet the requirements specified in the SOO; and 2) Price. Technical acceptance is considered approximately equal to price. Technical acceptable will be evaluated based on the function and operation of the items. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses 7, 8, 9, 10, and 1. DFARS 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582); 252.225-7036, North American Free Trade Agreement Implementation Act (Alt I), and 252.232-7009, Payment By Electronic Funds Transfer (CCR). The following statement applies: IT Statement -- Year 2000 Compliance Requirement -- All information technology items must be year 2000 compliant prior to the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999, or Dec 31, 1999; and as appropriate, describe existing information technology that will be used with the information technology to be acquired and identify whether the existing information technology is Year 2000 compliant. Year 2000 compliant means information technology that accurately processes dates/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999, 2000, and leap year calculation. Furthermore, year 2000 compliant information technology, shall accurately process date/time data if the other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. Offers are to be received at the Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315, no later than 3:00 P.M. Mountain Daylight time on 18 Sep 98. Contact Marlene Kleckner, Contract Specialist, at 719-333-4531 or TSgt Chris Vaccarella, Contracting Officer, at 719-333-3961. ****** Posted 09/03/98 (W-SN245470). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0414 19980908\66-0015.SOL)


66 - Instruments and Laboratory Equipment Index Page