Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2003 FBO #0747
SOLICITATION NOTICE

95 -- Rigid Steel Support Assemblies and Vibration Test Fixture for MK54 Torpedo

Notice Date
12/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025304Q0041
 
Response Due
12/22/2003
 
Archive Date
1/21/2004
 
Point of Contact
Dianne White (360) 396-5677 Dianne White, Ph: (360) 396-5677, Naval Undersea Warfare Center Division Keyport, Attn: Supply Department, Code 182, Building 944, 610 Dowell Street, Keyport, WA 98345-7610
 
E-Mail Address
Email your questions to Dianne White, Contracting Officer
(whitedm@kpt.nuwc.navy.mil)
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-04-Q-0041. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-17. The applicable NAICS Code for this requirement is 332999 and a size standard of 500. The contract line items are: CLIN 0001: Design, Fabricate and Install Rigid Steel Support Assemblies, Quantity 6 Each. CLIN 0002: Design and Manufacture Vibration Test Fixture for MK 54 Torpedo, Quantity 1 Each. Following are the minimum specification requirements for CLIN 0001: General Description: Design, fabricate, and install 6 each rigid steel support assemblies that will interface to the existing shaker trunnions and the existing steel masses of the 3-axis vibration system. This system consists of 3 each Ling Model 2016 Electromagnetic Shakers, mounted and connected to the Baughn Model 3VTS/48/L335 3 Axis Vibration Test System. The three Ling shakers that are used in this system are mounted mutually perpendicular to one another. The steel masses are used to both anchor the shakers and the vibration table assembly. Objective: The design objective is to form a combined reactive structure that will distribute the resultant forces to the seismic mass in the floor. These supports must also minimize trunnion resonances that may be readable on the resp onse accelerometers of the test system and interfere with system control. Requirements: The stiffener assemblies/installation will consist of the following: 1. Rigid welded steel tubing and/or I beam construction 2. 6 each assemblies that interface the shaker trunnions and the steel masses of the 3-axis vibration system. 3. Heavy duty thick steel interface plates for proper distribution of loads. 4. Mounting locations that allow the assemblies to be fastened to the existing equipment with large oversized hardware. 5. Drilling and tapping of the existing equipment to interface the new stiffener assemblies. 6. Installation of the assemblies and inspection of the newly configured system to make sure that all is a rigid and well functioning assembly. This stiffener system must be one that will provide more than enough rigidity for the shaker trunnion assemblies and ac t as one solid and integrated structure. There are no drawings available for the upgraded Ling shakers or the 3-axis vibration system; therefore all measurements must be made on site at Subase Bangor building 5945. Since each shaker is mounted in a different location and orientation, it is anticipated that each support will be unique. It is critical that the new shaker supports correctly align and position the shakers. The shakers must be positioned to allow the table to travel through its entire range of motion and must therefore be aligned exactly with the table axis. The supports must also position the shaker in its mid-stroke position while the table is in its mid-stroke position. The stiffener system must also be thoroughly inspected using precision CMM and standard inspection methods by qualified quality control personnel to assure proper interfacing with the shakers and steel masses. The manufacturer must have extensive knowledge and experience with shaker systems, and vibration fixtures. All welding must be performed by welders qualified for A36 Mild Steel, Section IX of the ASME Code, and Structural Steel Welding Code, Section 5, Part C or D of ANSI/AWS D1.1. All design for these supports shall also be analyzed using NASTRAN or equivalent to assure that the finished product meets our specifications. Prior to any manufacturing, detailed layout drawings shall be submitted for approval to the government. Delivery of the drawings shall be 4 weeks from date of contract award. It is anticipated that 2 weeks will be required for Government review of the drawings. Delivery is required 8 weeks after drawing approval. Maintainability: The stiffener system shall be designed to minimize system disassembly and downtime when performing preventive maintenance by a skilled technician. The design shall allow for any shaker or the vibration table assembly to be easily disconnected such that technicians can move them as necessary for maintenance. Following are the minimum specification requirements for CLIN 0002: The purpose of the test fixture is to allow vibration and thermal testing of fore-body components of the MK 54 torpedo. Due to the technical nature of 3-axis vibration testing, candidates should have a breadth of experience in environmental test fixture design, including 3-axis vibration fixture design and thermal cycling. Candidates should also be familiar with torpedo component functions and how individual electronic packages interact with other torpedo components. Configuration: 1. Items to be tested are described in drawing 7019304, specifically two each of the Control Group Assembly (CGA), Processor G roup Assembly (PGA) and the Forward Analog Interface (FAI) card which is part of the Analog Nose Array (ANA) assembly. 2. The fixture shall be mountable to a flat- solid shaker table via 3/8? bolts with 2 ??centers, within a 44?x 44? envelope. The mounting surface 3. The fixture must allow all test items identical orientation; i.e. all axes on the CGA will have an identical directional vector corresponding axis on PGA and the FAI card Requirements: 1. The test items will be enclosed by a climatic conditioning box such that temperature conditioned air may be routed into the box and over the individual test items and returned to the air chamber. Thermal insulation should be utilized to prevent heat transfer from the fixture into adjacent test equipment. The box should be air tight in a manner that allows the humidity to be controlled. 2. The fixture shall allow control led vibration input from three orthogonal axes to be transferred to the individual test items. No vibration modes from the fixture shall induce amplified vibrations into the test items. All harmonics with an excitation factor greater than 1 shall be damped via damping built into the fixture. 3. The maximum weight of the fixture and all components less the test items shall not exceed 200lb. The test items shall be mounted in a manner such that all fastened points when mounted in the torpedo are utilized when mounting to the fixture. 4. Wiring/Connectivity: while mounted in the fixture all electrical connecters of the test items shall be accessible such that during testing transmission cables may be connected to external sources and to adjacent test items. Vibration level: The fixture will be vibrated from 0Hz to 2000Hz at amplitude of 5g rms. Thermal level: Items will be t emperature cycled between -40 to 140˚F; target time for temperature cycle is 1hour. The fixture is expected to be of welded joint construction with the material being Magnesium or Aluminum. The welding should be performed by a welder certified to MIL-STD-1595A for magnesium welding and have passed qualification tests for Copper Alloy 110 to A36 Mild Steel, Section IX of the ASME Code, and Structural Steel Welding Code, Section 5, Part C or D of ANSI/AWS D1.1. Delivery of CLIN 0001 to be within 8 weeks after drawing approval. Delivery of CLIN 0002 to be within 8 weeks after date of contract award. FOB Destination - Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offeror Representation and Certification-Commercial Items and 252.225-7000 Buy American Act--Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-6 Data Universal Numbering System (DUNS) Number, Clause 52.212-4 Contract Terms and Conditions?Commercial Items, and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. The following FAR clauses cited in Clause 52.212-5 are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation w/Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans a nd Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT?CCR. DFARS Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFARS clauses cited Clause 252.212-7001 are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payments Program, 252.227-7015 Technical Data-Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.247-7023 Transportation of Supplies by Sea and 242.247-7024 Notification of Transportation of Supplies by Sea. The following DFARS clause is incorporated by reference 252.20 4-7004 Required Central Contractor Registration. Quotes/Offers are due no later than Thursday, 22 Dec 03, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. Commercial Simplified Acquisition Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing for all CLINs providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, and (3) ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). Award under this procurement will be made to the technically acceptable offer that provides the best value to the Government, price and past performance considered. Past Performance: Offerors are encouraged to provide past performance refere nces with past contract number and point of contact?s name, phone number and e-mail address. Past performance will be evaluated through the Past Performance Information Retrieval System (PPIRS) and the Product Data Reporting and Evaluation Program (PDREP). Evaluation of past performance information will include, but not be limited to, relevance and extent of previous contracts, quality and conformance of product/services to specifications, timely delivery and customer satisfaction. Information utilized will be obtained from contractor references as well as any other sources which may have relevant information. Contractor references that cannot be contacted will not be considered. An offer with no relevant past performance history may not represent the most advantageous proposal to the Government. Technically Acceptable: In order to be determined technically acceptable, of ferors must meet or exceed the specifications. The offerors must be determined to be technically acceptable before further consideration. Offers that are determined to be technically acceptable will be evaluated in terms of price and past performance, with past performance significantly more important than price. Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. Delivery: Offerors must meet the required delivery date. Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are requested to provide sufficient tec hnical information typically available in commercial sector bidding to ascertain an offeror?s ability to perform this requirement. This technical information is required to establish, for the purposes of evaluation and award, details of the products offered that are specified in CLINS 0001 and 0002 and pertain to significant elements, such as: (1) A proposed work package addressing all items required by the solicitation, specifically project management, execution of the project, meeting schedules, compliance to OSHA safety regulations, environmental regulations and NUWC Division Keyport base regulations. (2) All design shall be analyzed using NASTRAN or equivalent to assure that the finished product meets our specifications. Prior to any manufacturing, detailed layout drawings shall be submitted for approval to the government. (3) Compliance to MIL-I-45208A and MIL-STD-1595A . (4) All welding must be performed by welders qualified for A36 Mild Steel, Section IX of the ASME Code, and Structural Steel Welding Code, Section 5, Part C or D of ANSI/AWS D1.1. (5) A proposed project schedule (including design, manufacture, installation and testing). (6) Any product enhancements or performance elements that exceed the RFP requirements, and would provided benefit to the Government. The technical information shall be (1) identified to show the item(s) of the offer to which it applies and (2) received by the time specified in this solicitation. If the offeror fails to submit required technical information on time, the Government may reject the offer, except that late descriptive literature sent by mail may be considered under the Submission, Modification, Revision and Withdrawal of Proposals provision in accordance with FAR 52.212-1 paragraph (f). Any q uestions should be submitted in writing via the fax number provided above or e-mailed to powersm@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www. arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
 
Record
SN00488803-W 20031214/031212212341 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.