COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,2000 PSA#2658 DOE/National Energy Technology Laboratory, P.O. Box 10940, MS 921-107,
Pittsburgh, PA 15236-0940 66 -- CONTROL SYSTEM & SOFTWARE UPGRADE OF EXISTING 55 KIP
SERVOHYDRAULIC TEST SYSTEM SOL S0000715 DUE 081700 POC Mr. Arthur Petty
Jr., Technical Representative -- (541) 967-5878, Mr. Robert L. Mohn,
Contracting Specialist, (412) 386-4963 E-MAIL: mohn@netl.doe.gov,
mohn@netl.doe.gov. SOL: S0000715 66 -- Laboratory Equipment DESC: This
is a request for Contractors/Vendors. This solicitation number
S0000715 is issued as a Request for Quote (RFQ). Requests for a copy of
the Request for Quote (RFQ) must be received by August 17, 2000.
Requests for the Request for Quote (RFQ) may be faxed to Mr. Robert L.
Mohn, (412) 386-5770. This requirement is being issued as a Request
for Quotation using Simplified Acquisition Procedures. The following
items are to be purchased by the U.S. Department of Energy's National
Energy Technology Laboratory (NETL), Pittsburgh, PA and is to be
shipped to our site located in Albany, OR. Control System and Software
Upgrade of Existing 55 kip Servo hydraulic Test System consisting of
the following salient specifications -- (Quantity 1 each); (1) The
purpose of this specification is to upgrade the control system data
acquisition, and software of an existing Servo hydraulic Test System.
The existing load frame shares an Instron 8500 controller with a 220
kip system in an either/or situation (i.e., either the 55 kip system
operates or the 220 kip system operates.) The upgrade will devote the
existing controller to the 220 kip system and provide system control
and data acquisition for the 55 kip system. The primary application of
this system will be static testing of metals. However, the control
system should not be limited to static testing, but should be capable
of running simple cyclical and fatigue tests. The following
specifications constitute the minimum requirements for this system. I.
Control System: (A) Controller Description: (1) The system must be
equipped with an axial displacement channel, a load channel and at
least two strain channels, with the flexibility to add at least 4
additional strain channels in the future. (2) The controller shall
provide digital closed-loop control of the system. The loop-closure
rate must be 5 kHz or greater. (3) The controller shall have the
capability to perform automated dynamic control mode switching between
any connected transducers. Control modes shall include (but are not
limited to) load control through a load cell, strain control through an
extensometer and displacement control through an LVDT. (4) The
controller shall have the capability to control the system using a
calculated control parameter created by using mathematical functions
with one or more feedback signal(s) as a variable(s). True stress/true
strain control are common examples of such calculated control. The
calculated control algorithm shall be inserted directly into the
control loop in the same way that primary transducer feedback signals
such as load and stroke are used for control. (5) The controller must
provide a feature for automatic tuning of the PID terms for the
position, load and strain channels. When selected, the controller must
provide adaptive tuning of the PID terms with an update rate of 500 Hz
or greater. (6) The controller shall have the capability to perform
load-limited stroke control for ease of use and safety when loading
specimens. Load-limited stroke control allows the operator to position
the actuator within an operator-prescribed maximum load limit.
Regardless of external command, when the system reaches the prescribed
load, no further load increase is allowed by the system. This function
shall be available via a dedicated button on the control panel, a
dedicated icon in the software and as an action for limits and event
detectors. (7) The control system must incorporate self-identifying
transducers and automatically set internal limits to protect the
transducers from damage. (8) The controller shall have the capability
to assign actions for event detectors. The actions shall include off',
indicate', hydraulic off', hold load', specimen unload', system hold',
system stop' and system unload'. These actions shall be available for
limit, underpeak, overpeak, break, cycle count and error detectors.
Selection of these actions must be possible from the manual control
panel and the application software. All events and limits must be
tested with 1msec. An emergency stop shall be provided at the load
frame. (B) Transducer Signal Conditioners: (1) One AC signal
conditioner shall be provided for each channel of position, load, and
strain (4 Total). Each channel shall be available for test control if
desired with mode switching between any channel available during a
test. (2) All data shall be collected and stored at a minimum of 16 bit
resolution. (3) The load transducer shall be verified on-site to ASTM
E-4/99. Two load cells shall be calibrated from 100% down to 1%. For
example, the primary 55000 lb load cell shall be calibrated to ASTM E-4
accuracies from 550 lbs to 55000 lbs. (4) The control system signal
conditioning shall provide 64 point (or better) linearization
capability to permit using non-linear transducers to obtain accurate
and linear results. (5) Automatic transducer shunt calibration must be
available on demand. When a transducer is connected to the controller,
the system should automatically recognize that a new device has been
connected. Having recognized the transducer, the control system shall
automatically perform a shunt calibration of system electronics and
set-up the system limits to ensure accurate readings and prevent
over-ranging the transducer. (6) Each conditioner shall have the
capability to detect cable faults, calibration status and signal loss
for operator and system safety. 2. Controller User Access: The Servo
hydraulic test system shall be controllable from an independent
full-function control panel or alternatively, by a personal computer
workstation. Redundant reliability shall be provided in that the system
should be able to perform tests with either the control panel or the PC
workstation. The presence of either device shall not be required to
make the other device function. 1. Operator Control Panel Description:
(A) All functions including waveform selection, test set up, limit
setting, event detection, display selection, cycle count and test
start/stop control must be available from both the control panel and
the personal computer. The control panel must be capable of performing
static and fatigue tests without a computer. (B) Although a PC must
not be required to control the system, the control panel must function
in conjunction with a PC, such that limits and control modes specified
through the PC are reflected on the control panel displays. (C) The
control panel must have an alphanumeric display for readout of
transducer values and to facilitate user interaction with the
controller for setting system parameters. (D) A numeric keypad and
rotary input device shall be available on the control panel to allow
user input of numerical values for system control. The rotary input
device (dial) shall permit gradual adjustment of parameters. (E) The
operator control panel must be self-contained and separated from other
system hardware such that it may be placed on near the frame or in a
remote location relative to the load frame and electronic control
tower. 2. The system must be equipped with an industry-standard
GPIBinterface that meets IEEE 488.2 specifications and is controllable
from an IBM-compatible computer using commercially-available GPIB
interface boards providing direct high speed access to the controller
firmware. Data transfer rates must be at least 7 Mbytes per second to
support high data acquisition rates and real-time graphical display
updates. Proprietary computer interfaces are not acceptable. 3. The
system shall have the capability to be programmed by the operator using
a standard library of procedure calls designed specifically for
real-time control of the system. To this end, the controller must
support application programs developed with National Instruments
LabVIEW software and a full library of GPIB commands. 4. The system
shall provide the capability to set up simple tests in any control mode
(load, position, strain, true strain, stress). In addition to standard
metals tensile tests, the system shall be able to be easily set up to
run "loading pattern" type tests where the system will load,
hold,unload, cycle, etc. 5. The setting of all machine parameters and
machine status information will be available through windows on the
personal computer screen and at the hardware control panel
simultaneously. II. Software Requirements. (1) Specifications for
computer, monitor, printer, and GPIB board to be provided by vendor.
The computer system, including interface board, will be purchased
separately. (2) the vendor should supply a complete suite of
application software including capabilities for tension, flexure and
compression testing of metals. (3) The application software should
contain a library of algorithms for data reduction and analysis. (4)
Software shall be capable of generating derived data channels from the
raw data (such as true strain -- true strain). Resulting data must be
able to be analyzed by the software package. (5) Software shall
include on-line, context sensitive help. All software application
packages shall have an on-line help system that allows the user to
search by keyword or access help information for a particular screen by
clicking on the screen while using the help system. (6) The application
software shall allow a virtually unlimited number of test procedures to
be created and stored. (7) The application software shall allow
detection of digital inputs to the test system controller and allow
digital signals to be output from the control system digital output
channels. (8) The software shall support bundling of inputs such as
temperature with the load-displacement data. (9) The software shall
include capability for real-time plotting, viewing of multiple plots
and results simultaneously, and printing reports. (10) The software
shall be Windows based and be compatible with Windows NT. (11) Software
shall support easy programming using any of the transducer inputs for
rate and set points. Standard control modes shall include rates and set
points using load, stress, strain, position, true strain. System shall
support changing and mixing of feedback sources used for rates and set
points in a given application. (12) The application software must store
all data points in calibrated units from all installed conditioners and
the data acquisition system in the same ASCII format. (13) LabVIEW
drivers shall be provided for user programming. III. Installation,
Training and Service. (1) A factory trained service technician shall
perform system installation, connection of services, system check-out
and basic system orientation. Calibration verification to be in
accordance with ASTM E-4/99. (2) Two day onsite course on system
operation for two people. Tech Representative Mr. Art Petty Jr. (541)
967-5878. DELIVERY: FOB Destination is required (all freight included).
FAR 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998) is
incorporated by reference and applies to this acquisition. Within FAR
52.212-1, an reference to "offer" is changed to read as "quote". The
provisions at 52.212-2 Evaluation -- Commercial Items (JAN 1999) does
not apply to this acquisition. Instead, the following information will
be used for evaluation of offerors: An award shall be made to the
responsible offeror submitting a technically acceptable quote and
offering the lowest evaluated price. Evaluation is based on best value
including cost and ability to meet stated requirements above. Offerors
shall submit descriptive literature and drawings detailing features,
technical capabilities and warranty data. Technical acceptability will
be determined solely on the content and merit of the information
submitted response to this provision as it compares to the minimum
characteristics provided above. Therefore, it is essential that
offerors provide sufficient technical literature, documentation, etc.,
in order for the Government evaluation team to make an adequate
technical assessment of the quote as meeting technical acceptability.
Price shall be the deciding factor among technically acceptable quotes.
The offeror shall provide backup information to support the quoted
prices (e.g. a copy of current catalog or established price list,
etc.). FAR 52.212-3 Offeror Representation and Certifications --
Commercial Items, FAR 52.214-4 Contract Terms and Conditions --
Commercial Items, and FAR 52.2121-5 Contract Terms and Conditions
Required to implement Statutes or Executive Orders -- Commercial Items
apply to this acquisition. FAR provisions and clauses including FAR
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam ERA, it has ( ), has not( ) submitted the most recent report
required by 38 U.S.C. 4212(d). (B) An Offeror who checks "has not" may
not be awarded a contract until the required reports are filed. (31
U.S.C. 1354). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE
FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun &
Bradstreet Number (DUNS); remit to address if different; and business
size. EVALUATION: The following factors shall be used to evaluate
offers in order or precedence: Technical compliance with the
specifications of this RFQ and cost. 52.212-3, OfferorRepresentation
and Certifications -- Commercial Items; and 52.212-4, Contract Terms
and Conditions. A Firm Fixed Priced Purchase Order shall be issued
using the Simplified Acquisition Procedures FAR Part 13. Proposals may
be faxed to Mr. Robert L. Mohn, 412-892-6216. Posted 08/03/00
(W-SN482035). (0216) Loren Data Corp. http://www.ld.com (SYN# 0355 20000807\66-0002.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 3, 2000 by Loren Data Corp. --
info@ld.com
|
|
|