Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2025 SAM #8479
SOURCES SOUGHT

66 -- Spin Machine

Notice Date
2/11/2025 7:56:21 AM
 
Notice Type
Sources Sought
 
NAICS
333248 —
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-25-Q-147T
 
Response Due
3/10/2025 1:00:00 PM
 
Archive Date
03/25/2025
 
Point of Contact
Mark Bobitka, Jake R. Perrotta
 
E-Mail Address
mark.t.bobitka.civ@army.mil, jake.r.perrotta.civ@mail.mil
(mark.t.bobitka.civ@army.mil, jake.r.perrotta.civ@mail.mil)
 
Description
Enterprise Systems & Integration Center (ESIC) Request for Information (RFI) W15QKN-25-Q-147T SPIN MACHINE INTRODUCTION The Army Contracting Command- New Jersey on behalf of U.S. Army Combat Capabilities Development Command-Armaments Center, ESIC, Quality Engineering & System Assurance Directorate, is issuing a sources sought notice as a means of conducting market research to identify potential sources with information interested in providing a �Spin Machine� purchase and installation. The anticipated North American Industry Classification System (NACIS) code assigned to this acquisition is # 333248 - Industrial Products & Services - Machinery & Components; and Product Service Code # 6636 Environmental Chambers and Related Equipment Interested sources should be capable of providing the supplies/services listed under the following technical area: The contractor shall provide, install and integrate a new spin test machine for performing burst and low cycle fatigue tests. The spin facility shall accommodate a test article with the following characteristics: 1. Maximum Diameter: 5 in. 2. Maximum Axial Height: 12 in 3. Maximum Rotor Weight: 6 lbs. 4. Maximum Speed Requirement: 60,000 rpm 5. Test Article Temperature: Ambient 1. Requirements: 1.1. The contractor shall provide a 500mm spin chamber with the following properties: 1.1.1. 18in x 18in Vacuum Chamber capable of 15 bar of pressure 1.1.2. 200kg lid with O-ring vacuum seal 1.1.3. 500mm x 500mm ID containment chamber with 75mm thick 100ksi tensile alloy steel construction 1.1.4. Four (4) automatically operated safety lid locks 1.1.5. 200kg electric motor driven screw jack automated lid lifting mechanism with a 20in vertical range and a personnel protection ring 1.2. The contractor shall provide a mechanical drive meeting the following specifications: 1.2.1. 20 kW / 60,000 rpm 1.2.2. 5/16 in. Spindle Diameter 1.2.3. 20 kW air cooled AC Motor with a maximum of 10,000rpm 1.2.4. 6.5:1 Ratio Speed Increaser 1.2.5. 5/16-inch Diameter Spindle with a 450kg capacity 1.3. The contractor shall provide tooling with the following specifications: 1.3.1. Upper Catcher Assembly with proximity probes and incorporated locking mechanism 1.4. The contractor shall provide a direct torque control motor drive with the following specifications: 1.4.1. Power:20 kW 1.4.2. Power Factor: unity 1.4.3. Input Frequency: 50/60 HZ 1.4.4. Output Voltage: 0 To Max Input VAC 1.4.5. Service Factor: 1.0 1.4.6. Duty: Continuous 1.4.7. EMI/RFI Noise Suppression Filter 1.4.8. Keypad Display 1.5. The contractor shall provide a Programmable Logic Controller (PLC) based speed control system with the following specifications: 1.5.1. Personal Computer for input/output (PC for I/O) operations and data acquisition with required software 1.5.2. Analog gauges and transducers 1.6. The contractor shall provide auxiliary equipment with the following specifications: 1.6.1. Vacuum Pump capable of a 5-minute pump down time to 1 Torr 1.6.2. Lubrication System with storage tank, 3-micron filter, lubrication and scavenge pump, electrostatic precipitator, pressure gauges and control valves. 1.6.3. Disconnects, Starters, Relays, and Circuit Breakers associated with the support equipment 1.7. The contractor shall provide a lid rotation system and loading station with the following specifications: 1.7.1. Lid will rotate 90� 1.7.2. Hand operated chain driven assembly to load test article 1.8. The contractor shall provide commissioning support, training and manuals 1.8.1. The commissioning support will include ensuring the system is performing to standard 1.8.2. Training shall consist of a minimum of two days for all on site personnel 1.8.3. Minimum of one set of physical operation and maintenance manuals will be provided. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. NO ENTITLEMENT TO PAYMENT BY THE GOVERNMENT OF DIRECT AND/OR INDIRECT COSTS AND/OR CHARGES SHALL ARISE AS A RESULT OF SUBMISSION OF INFORMATION IN RESPONSE TO THIS REQUEST. THE GOVERNMENT SHALL NOT PAY FOR ANY AND ALL INFORMATION AND/OR MATERIALS RECEIVED IN RESPONSE TO THIS REQUEST AND IS IN NO WAY OBLIGATED BY THE INFORMATION RECEIVED. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS RFI IS STRICTLY VOLUNTARY. All interested and potential firms must be registered in the System for Award Management (SAM), and current firms must update once a year to maintain active status. Whether applying for assistance awards, contracts, or other business opportunities, all entities are considered ""registrants"". Registration in no way guarantees that a contract or assistance award will be awarded. SUBMISSION DETAILS If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, cage code, SAM Unique Entity ID, primary points of contact and their email address, website address, telephone number, and type of ownership for the organization; 2) Indicate any active base contract such as an indefinite delivery, indefinite quantity, General Service Administration multiple award schedule, blanket purchase agreement� etc. that can be utilized by the Department of Defense � Army to procure the requirement. 3) A tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. The response shall depict how your organization (with any similarly situated subcontractors if you are a small business) can meet the outlined requirements detailed in Section 1 through 1.8. 4) If significant subcontracting or teaming is anticipated in order to deliver the technical capability, organizations should address the administrative and management structure of such arrangements. 5) Please provide any feedback on the technical specifications within Sections 1 through 1.8 of this notice. 6) If a small business: Indicate if your organization would be capable and intend for at least 50 percent of the amount paid by the Government for contract performance to be performed by your organization and any similarly situated subcontractors (See FAR Clause 52.219-14). Your response to this Sources Sought/RFI, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Mark Bobitka, in either Microsoft Word or Portable Document Format (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) with a page limit of 10 Pages (not to include drawings, sample test reports) via email mark.t.bobitka.civ@army.mil no later than 4:00 p.m. Eastern Standard Time on 10 March 2025 and reference the synopsis number in subject line of e-mail and on all enclosed documents.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79b923ac9c6f4ce086ad4bfaf89f29bb/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN07340008-F 20250213/250212080332 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.