Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1998 PSA#2213

Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd., West Bethesda, MD 20817-5700

28 -- GOVERNOR CONTROLS FOR MAIN PROPULSION DIESEL ENGINES SOL N00167-98-R-0001 DUE 111398 POC Roger N. Branstiter, Contract Specialist, 301-227-5782 E-MAIL: Click here to contact the Contract Specialist by E-Mail., branstit@nswc.navy.mil. The Naval Ship Systems Engineering Station (NAVSSES), Naval Surface Warfare Center -- Carderock Division (NSWC-CD), Advanced Electrical Systems Section, intends to obtain Digital Governors for Main Propulsion Diesel Engines. The units shall be commercial products modified as necessary to meet these requirements. This requirement is a sole source procurement with Woodward Governor Inc. SEE Note 22. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented by the additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and no further solicitation will be issued. (ii) Solicitation N00167-99-R-0001 is issued as a request for proposal. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-08. (iv) The associated standard industrial classification code is 3694 and the business size standard is 750. (v) The following supplies shall be procured through this solicitation: Item 0001, Digital Governor Controls, forty-four (44) each; Item 0002, Linear Voltage Differential Transformer Signal Conditioners, forty-four (44) each; and Item 0003, Hand-Held Programmers, twenty-five (25) each. (vi) The following information shall apply to all supplies being acquired under this procurement: STATEMENT OF WORK -- DIGITAL GOVERNORS FOR MAIN PROPULSION DIESEL ENGINES. 1.0 APPLICATION. The Main Propulsion Diesel Engines have the following characteristics. 1.1 Reciprocating Isotta Fraschini diesel engine. 1.2 6 cylinder, 600 horsepower. 1.3 Woodward EGB-2P forward acting governor actuator. 1.4 Two engine mechanical load sharing for single shaft. 2.0 REQUIREMENTS. One digital control per propulsion engine, allowing autonomous operation. The engine speed/load control must have soft loading/unloading and closed loop load sharing capabilities, in addition to a master/slave speed reference scheme. 3.0 MAJOR FUNCTIONS. 3.1 Ability to control engine speed range of 800 -- 1800 rpm. 3.2 Engine mapped variable dynamics, in which the dynamics can be varied as functions of speed, load speed error and when clutched in. 3.3 Dual magnetic pickup input in the 20 Hz -- 800 Hz frequency range for normal and redundant speed signal input operation. 3.4 Isochronous mechanical load sharing based on rack position feedback from a rotary variable differential transformer (RVDT) with actuator demand as automatic backup should RVDT input fail. 3.5 Speed reference during load sharing determined by the first unit clutched in by a configurable 0-5 Vdc or 1-5 Vdc remote speed setting input or local raise/lower discrete contact inputs. 3.6 Clutch sequencing to allow first unit asked to clutch in to ramp to idle and issue a signal for the clutch to engage. With one unit already on line, the oncoming unit asked to clutch in will match speed with the master and issue a signal for the clutch to engage. 3.7 Soft unloading in which the oncoming unit will ramp its load to match the masters and perform isochronous load sharing. In the de-clutching sequence, the unit will ramp the engine's load to the unload trip level and issue a de-clutch signal. The first unit on-line is designated as the master and the second unit will run at the masters speed reference. Any changes to the slave speed reference are ignored. 3.8 One analog remote speed setting input to the control (must be configurable 1-5 Vdc or 0-5 Vdc) is required, with additional local discrete contact raise and lower speed inputs and independently adjustable speed ramp rates. 3.9 Engine protection via torque (fuel) limiting is required and is to be based on percent fuel rack position versus engine speed. A discrete input must be available to remotely disable this feature in battle conditions. 3.10 A 4 to 20 mA fuel rack position input signal to the control must be available for load sharing, indication, and limiting for accurate control. 3.11 Start fuel limiting feature is required to protect the engine and reduce smoke. 3.12 Maximum fuel limiting is required as an electronic fuel rack stop. 3.13 As a minimum, two configurable relay outputs must be available for alarm condition indications such as overspeed indication, fuel rack position indication failure, fuel limiter in control, speed switch, and remote speed command input failure. 3.14 Three configurable analog outputs must be available for engine speed (tachometer) indication, speed reference, remote speed reference, percent load, actuator signal, and fuel demand. 3.15 Required inputs to the control/outputs from the control to other systems: 3.15.1 24 Vdc input power with internal ground isolation, nominal power 40 watts. 3.15.2 Two magnetic pickup unit inputs (320 Hz -- 720 Hz representing 800 -- 1800 rpm) for redundant engine speed sensing. 3.15.3 Six discrete inputs requiring approximately 10 mA at 24 Vdc for "close for shutdown", "close when clutch is engaged", clutch request, local raise and lower speed, and fuel limiter override. 3.15.4 Three discrete outputs for minor and major alarm indication, and engage clutch or clutch permissive signal. 3.15.5 Four analog inputs for fuel rack position sensing (4-20 mA), remote speed setting (0 or 1 to 5 Vdc), and manifold air pressure (4-20 mA), actuator output (20-16O mA, forward acting). 4.0 The following MIL-SPEC requirement must be met: MIL-SPEC 901D 5.0 The following MIL-SPEC requirements are provided as guidance:MIL-STD 167-1 Type 1; MIL-STD461D (CE101,RE101,RE102,CS101,CS116, RS101). 6.0 PARTS ALSO REQUIRED. 6.1 Hand Held Programmer for programming of the software in the control (must be portable). 6.2 A Signal Conditioner to provide excitation to the existing RVDT and to condition the return signal into a useable 4 -- 20 mA signal for existing remote indication and load sharing functions. 7.0 SIZE LIMITATION. Due to limited space onboard MCM1 Class ships, each unit (4 units per ship) must be no larger than 18" X 12" X 3".(vii) Final inspection and acceptance will be made at NAVSSES, Philadelphia, PA 19112-5083. Units shall be delivered on or before 31 December 1998 to the Naval Surface Warfare Center, Carderock Division, Naval Ship Systems Engineering Station, Jennifer Jardine, Code 9342, Naval Base, Philadelphia, PA 19112-5083. (viii) Provision 52.212-1, entitled, "INSTRUCTIONS TO OFFERORS -- COMMERCIAL (AUG 1998)" applies to this solicitation. (ix) Provision 52.212-2, entitled, "EVALUATION-COMMERCIAL ITEMS (OCT 1997)" does not apply to this solicitation. (x) The offeror is to include a completed copy of Provision 52.212-3, entitled, "OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998)" and Provision 252.212-7000 "OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995)" with their proposal. (xi) Clause 52.212-4, entitled, "CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (APR 1998)" applies to this solicitation. (xii) Clause 52.212-5, entitled, "CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 1996)" applies to this solicitation. The following additional FAR Clauses cited in the clause are applicable to this acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantage Business Concerns (15 USC 637(d)(2)(3)); FAR 52.222-26 Equal Opportunity (Deviation) (EO 11246); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 USC 793); and FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212). Clause 252.212-7001, entitled, "CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 1998)" applies to this solicitation. The following additional DFARS Clauses cited in the clause are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582); 252.225-7007 Buy American Act -- Trade Agreements -- Balance of Payments Program (Alternate 1)(41 U.S.C. 10a -- 10d, 19 U.S.C. 2501 -- 2518, and 19 U.S.C. 3301 note); 252.225-7012 Preference for Certain Domestic Commodities; 252.227-7015 Technical Data-Commercial Items (10 U.S.C. 2320); 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); 252.243-7002 Certification of Requests for Equitable Adjustment (10 U.S.C. 2410); and 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). No other requirements or terms and conditions apply to this solicitation. (xiii) None. (xiv) The Defense Priorities and Allocations System (DPAS) assigned rating is DO-A30. (xv) SEE Note 22. (xvi) Proposals in response to this solicitation are to be received by 3 PM EST, 13 November 1998, at the Naval Surface Warfare Center, Carderock Division; Bldg. 121, Room 214, Code 3321, Attn: Roger N.Branstiter, 9500 MacArthur Blvd, West Bethesda, MD 20817-5700. (xvii) For all inquires, please call Roger N. Branstiter (301) 227-5782. Posted 10/29/98 (W-SN266556). (0302)

Loren Data Corp. http://www.ld.com (SYN# 0161 19981102\28-0009.SOL)


28 - Engines, Turbines and Components Index Page