Loren Data Corp.

'

  
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