|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1998 PSA#2203NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 66 -- UPDATE AN EXISTING LOAD FRAME (TEST STAND UPGRADE) SOL
1-168-DMC.4903 DUE 103098 POC Kimberly D. Duncan, Purchasing Agent,
Phone (757) 864-3566, Fax (757) 864-8863, Email
k.d.duncan@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#1-168-DMC.4903. E-MAIL:
Kimberly D. Duncan, k.d.duncan@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). 1 Specification for
a Load Frame Upgrade: This specification covers the components
required to upgrade an existing load frame. The following items are
required: 1.1 Hydraulic Actuator: The hydraulic actuator fatigue rated
at 122,000 pounds shall be rigidly mounted to the load frame lower
platen, and shall provide a useable stroke of at least 6 inches. a) The
actuator rod shall be one piece to en-sure long fatigue life; the
actuator rod shall be bored to accept an integrally mounted LVDT
displacement transducer. It shall be manufactured of heat treated alloy
steel. b) The actuator shall be ported for flows of up to 90 GPM. As
supplied, the actuator shall be equipped with a 10 GPM servovalve
mounted on a Hydraulic Service Manifold which is in turn rigidly
mounted to the actuator. c) The actuator rod end shall be internally
threaded to provide attachment of grips and fixtures. d) The actuator
will be double-ended, double acting with equal areas on both sides of
the piston for balanced performance. 1.2 Hydraulic Service Manifold:
The load unit servovalves and hydraulic service manifold shall be
rigidly mounted on the actuator. Accumulators shall be provided on both
pressure and return lines. The Hydraulic Service Manifold shall have a
pressure control valve that provides a smooth transition between
zero/low/high pressure. 1.3 Load Cell: A load cell, fatigue rated for
at least 22,000 pounds capacity, is required for mounting to the load
frame upper crosshead. a) Static overload capacity shall be at least
200%, and deflection at full rated load shall not exceed 0.004 inches.
b) The load cell and actuator rodshall be axially concentric within
0.0015 inches when separated by a distance of 15 inches in the load
frame; axial concentricity shall not change more 0.005 inch per foot as
the crosshead is adjusted up or down. c) Mounting hardware shall be
provided for mounting the load cell to the existing load frame. 1.4
Servocontroller; 1.4.1 An analog Servocontroller is required that is
capable of manual operation without a computer. The servo-controller
shall fit in a standard 19 inch wide electronics cabinet provided by
the customer and rack mounting hardware shall be included. Transducer
feedback selection shall determine which signal is used for closed loop
control. A smooth transfer of the control transducer feedback during a
test must be provided between both AC and DC conditioners, while the
hydraulic pressure is high. Panel lights shall indicate the transducer
providing control feedback. The servocontroller must accept an
externally generated analog voltage as the command signal. This voltage
will vary from -10 volts to +10 volts. A convenient connector shall be
provided on the back panel for connection to the analog command
signal. 1.4.2 The minimum configuration of controls shall be: a)
Hydraulic pressure control panel containing a large red emergency stop
button and buttons to control hydraulic pressure high/low/off. b) A
digital readout with at least 4 1/2 digits displayed. Signals shall be
displayed in either engineering units or percent of full scale as
selected by the operator. Simultaneous display of maximum and minimum
values must be possible in both engineering units and % full scale. c)
An electronic cycle counter shall be provided to indicate the number
of test cycles applied or to predetermine the number of cycles to be
applied. 1.4.3 A DC Conditioner is required to operate with strain gage
load cells. It shall include the following: a) Setpoint, for mean level
adjustment of load, adjustable from zero to 1100% of full scale, with
linearity of 0.15% or better. Resolution shall be 0.1% of full scale
range or better. b) Span control, for control of the amplitude of the
dynamic command signal. This shall scale the external command signal
from 0 to 100% of range. c)Zero suppression, provided by precision 10
turn (minimum) potentiometer. d) Limit Detector, with upper and lower
values adjustable from zero to 1100% of range. Exceeding a limit must
signal the operator and, if the interlock is set, cause the system to
shut down. e) Calibrated output voltages shall be 1 10 volts equal full
range. f) Four load ranges are required, 1100, 150, 120, and 110%. Each
range shall have gain adjustment of the transducer conditioner, set the
excitation voltage, and provide tension-compression compensation
individually. g) A convenient connector on the rear panel shall provide
access to calibrated analog outputs for all conditioners. 1.4.4 A
second DC Controller, identical to the above unit shall be provided for
use with strain gage type extensometers. 1.4.5 An AC conditioner shall
be supplied to operate with the LVDT that is integral to the system
actuator. It shall include the following: a) Setpoint, for mean level
adjustment of actuator position adjustable from zero to 1100% of full
scale, with linearity of 0.15% or better. Resolution shall be 0.1% of
full scale range or better. b) A Span Control for scaling the amplitude
of the dynamic command signal. Scaling of the command signal shall be
from 0% to 100% by use of a precision 10 turn (minimum) potentiometer.
c) Zero suppression shall be provided by precision 10 turn (minimum)
potentiometer. d) A limit detection circuit shall be supplied to
provide independent setting and detection of preset values. The upper
and lower values shall be adjustable to positive or negative polarity
via separate adjustment for each setting. Exceeding of the limits if
the interlock is set shall cause the system to shut down. e) Calibrated
Ranges shall be provided for four usable stroke ranges of 1100%, 150%,
120%, and 110%. Output voltage for each range shall be 110V full
scale. f) Linearity of the conditioner shall be 1 0.15% at a gain range
of 5,000 and 10.02% (best fit) at the gain range of 500 or better. g)
A system servocontroller/valve driver, to maintain closed loop control,
and to drive the servovalve. Frequency response shall be flat to at
least 500 Hz.1.4.6 A Programmable Waveform Generator shall be included
to generate the command signal. A minimum resolution of 16 bits or
better is required. The unit shall be capable of storing test programs
for pushbutton selection or selection by remote control. An internal
battery shall maintain stored programs for a minimum of one month in
the absence of external power. a) Output range shall be 1 10 volts. b)
The unit shall provide a block mode allowing programming of multiple
segments to be executed continuously and repeatedly for simulation
testing. c) Ramp rate (0 to full scale) shall be variable from 10 msec
to at least 1,000 hours. d) Haversine waveforms shall be included with
a frequency of 0.001 Hz to 80 Hz. 1.5 Cables: A complete cable set is
required to connect the Servocontroller to the Load Cell, Actuator
LVDT, Servovalve, Extensometer, and Hydraulic Service Manifold. These
cables shall be 25 feet long. 1.6 Installation and Calibration:The
contractor shall provide a factory trained Field Service Engineer
onsite for a minimum of 2 days to supervise installation and provide
operating instructions. The provisions and clauses in the RFQ are those
in effect through FAC 97-07. The SIC code and the small business size
standard for this procurement are 3821 and 500 employees, 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 NASA
Langley Research Center, Hampton, VA is required within 30 days ARO.
Delivery shall be 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, 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: 52.211-17,
1852.215-84, 1852.225-73, 1852.245-72 FAR 52.212-5 is applicable and
the following identified clauses are incorporated by reference.
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.222-3,
52.233-3. Questions regarding this acquisition must be submitted in
writing no later than October 27, 1998. Quotations are due by 4:30
p.m., October 30, 1998, to the address specified above. 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). Posted 10/15/98
(D-SN262493). (0288) Loren Data Corp. http://www.ld.com (SYN# 0272 19981019\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|