Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS

66 -- UPGRADE THE CONTROL SYSTEM AND DATA ACQUISITION OF EXISTING INSTRON 1123 ELECTROMECHANICAL TEST SYSTEM

Notice Date
August 8, 2001
Contracting Office
DOE/National Energy Technology Laboratory, P.O. Box 10940, MS 921-107, Pittsburgh, PA 15236-0940
ZIP Code
15236-0940
Solicitation Number
S0100776
Response Due
August 31, 2001
Point of Contact
Mr. Robert L. Mohn, Contracting Officer, 412-386-4963 -- Mr. Arthur Petty Jr., Technical Representative, 541-967-5878
E-Mail Address
mohn@netl.doe.gov (mohn@netl.doe.gov)
Description
DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This solicitation number S0100776 is issued as a Request for Quote (RFQ). Proposals are due August 21, 2001. 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. Upgrade for Control System and Data Acquisition of Existing INSTRON 1123 Electromechanical Test System or Equal. The following Specifications and salient features must be met for the Control System and Data Acquisition of Existing Instron 1123 Electromechanical Test System The purpose of this specification is to upgrade the control system, data acquisition, and software of an existing electromechanical test system. The current electrical control system is failing and needs to be replaced with new electronics including data acquisition, control, and software. In addition, the motor that drives the screws produces a large electromagnetic field and needs to be replaced or made compatible with current electromagnetic compatibility guidelines so that thermocouple and strain gage signals are not affected. It is expected that the existing 5000 lb load cell and extensometers will be incorporated into the upgrade. It is desired, but not required, that the current software (Instron Series IX) be able to be used with the upgraded system and the upgraded software package. The primary application of this system will be static testing of metals at room and elevated temperatures in a research facility. The specifications listed below constitute the minimum requirements for this system. (1) Control System (a) Controller Description (1) The system must be equipped with an axial displacement channel, a load channel, at least one strain channel, and a channel for a 0-10 volt signal. (2) The control system shall provide digital closed-loop control of the system using the load, displacement, or strain channels. (3) The control system shall provide integrated control and data acquisition electronics. (4) Data acquisition rates shall be fully selectable up to 1 kHz on all channels. (5) All data shall be collected and stored at a minimum of 16 bit resolution across the complete span of the sensor. (6) The control system shall contain at least 4 digital I/O and at least 2 analog outputs. (7) 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. (8) 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. (9) The controller shall have the capability to perform load-limited stroke control. 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. (10) The control system must incorporate self-identifying transducers and automatically set internal limits to protect the transducers from damage. (11) The controller shall have the capability to assign actions for event detectors. The actions shall include off', indicate', hold load',and specimen unload'. (12) 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 (3 minimum). Each channel shall be available for test control, if desired, with mode switching between any channel available during a test. Signal conditioning shall provide high accuracy, low drift, and low noise. (2) 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. (3) 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. (4) Each conditioner shall have the capability to detect cable faults, calibration status and signal loss. (5) Transducers shall permit self-identification, calibration, and balance of load and strain. (6) Extension measurement shall be accurate to within + 0.02 mm or 0.05% of displacement, whichever is greater. (7) Load measurement shall be accurate to within + 0.04% of reading down to 1/100 of load cell capacity. (8) Strain measurements shall be accurate to within + 0.005% of transducer capacity or + 0.25% of reading transducer accuracy, whichever is greater. (9) Connector retrofit with self-ID feature and auto-calibration for 5000 lb load cell, if necessary. (10) The load transducer shall be verified on-site to ASTM E-4. One load cell shall be calibrated from 100% down to 1 % to ASTM E-4 accuracies. (11) Two extensometers to be calibrated on-site to ASTM E-4 accuracies. (c) Controller User Access. (1) A control panel with frequently used keys and up/down jog shall be available at the load frame. The panel shall contain adjustable speed, jog, start, stop, return, and load-limited protection. The load-limited protection ensures that the load on the specimen is kept within selectable limits during specimen loading. (2) The operator control panel must be self-contained and separated from other system hardware such that it may be placed on or near the frame or in a remote location relative to the load frame and electronic control tower. (3) The system must be equipped with an industry-standard GPIB interface that meets IEEE 488.2 specifications and is controllable from an IBM-compatible computer using commercially-available GPIB interface boards providing direct access to the controller firmware. Proprietary computer interfaces are not acceptable. (4) 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. (5) The system shall provide the capability to set up simple tests in any control mode (load, position, strain, true strain, stress). (6) User selectable speeds must be accessible directly from the computer. The speeds should be fully variable from 0.05 mm/min to 50 mm/min. A minimum speed of 0.01 mm/min is preferred. (2) 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 software shall be Windows based and be compatible with Windows NT. (4) Software shall support easy programming using any of the transducer inputs for rate and setpoints. Standard control modes shall include rates and setpoints using load, stress, strain, position, true strain. System shall support changing and mixing of feedback sources used for rates and setpoints in a given application. (5) The application software shall allow a virtually unlimited number of test procedures to be created, stored, and retrieved. (6) The software shall include capability for real-time plotting, viewing of multiple plots and results simultaneously, and printing reports. The software should have facilities for generating graphs and tables of processed test results as well as report generation. (7) The application software shall contain a library of algorithms for data reduction and analysis. The software shall allow for user calculation functions for creation of custom calculations. (8) Software shall be capable of generating derived data channels from the raw data (such as true stress -- true strain). Resulting data must be able to be analyzed by the software package. Reanalysis of data shall be possible after the test is complete and/or calculations are changed. (9) 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 (10) 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. (11) 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. (12) Software should include automatic calibration and balancing of transducers. (13) Software must maintain zero load of expanding samples during extended heat-up of elevated temperature tests prior to starting the test. (14) The software shall support bundling of inputs such as temperature with the load-displacement data. (15) LabView drivers shall be provided for user programming. (3) Installation, training and Service (1) A factory trained service technician shall perform system installation, disconnection of old system, connection of all new hardware, system check-out and basic system orientation. Calibration verification of load cell and two extensometers to be in accordance with ASTM E-4. (2) Follow-on onsite training consisting of at least a one-day onsite course on basic system operation for up to three people. DELIVERY: Equipment must be received 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, Offeror Representation 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. Anticipated award will be on or about September 5, 2001. Proposals may be faxed to Mr. Robert L. Mohn, 412-386-5770. Writted (FAX) request for RFQ accepted only, no telephones calls. FAX Number 412-386-5770.
Record
Loren Data Corp. 20010810/66SOL004.HTM (W-220 SN50U3V4)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on August 8, 2001 by Loren Data Corp. -- info@ld.com