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