Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

66 -- THERMO IMAGING SYSTEM (VIBROTHERMOGRAPHY TEST SYSTEM)

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
M00146-07-T-N259
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC has a requirement for a thermo imaging system (vibrothermography test system). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-07-T-N259 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and Defense Acquisition Circular 98-90. This acquisition is 100% set-aside for small business under the North American Industry Classification System code 334513, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract, brand name or equal, for the following: CLIN 0001: Delivery and Installation of one (1) each, EchoTherm BT IR NDI System Digital, manufactured by Thermal Wave Imaging, Inc., cage code 01SM0. The thermo imaging system (vibrothermography test system) shall be used to detect cracks in the root end of the H-46 rotor blades. The salient characteristics required for an equal system are contained in paragraph 5 of the Specification. SPECIFICATION 1. Nomenclature: A turnkey Vibrothermography Test System consisting of a digital infrared camera, ultrasonic horn and power supply, data acquisition computer, analysis and control subsystem hardware and software, and an integrated motion control subsystem with H-46 rotor blade holding fixture. The test system shall be installed in Building 137 at the Fleet Readiness Center East (FRC East) located at Marine Corps Air Station Cherry Point, North Carolina. 2. Brand Name Designation: Thermal Wave Imaging EchoTherm VT IR NDI System Digital or equal. 3. Documents Fleet Readiness Center East Cherry Point, NC Drawing PE-20301F Installation of Thermal Imaging System for H46 Blades 4. Catalog Identity: none 5. Essential Characteristics: The test system shall have the following salient characteristics: a. Digital Infrared Camera with a midwave 320 x 256 InSb focal plane array detector; micro Stirling cooler; 14 bit digital data capture at 60 Hz. The camera shall include a close up and a wide angle lens. b. Ultrasonic Horn and Power Supply with power output no less than 2.2 kW output at 20 kHz. Input line voltage (200 to 240) V, 60 Hz, single-phase. Input current less than 15 A. c. Data acquisition computer with the following characteristics: (1) Ruggedized rackmount configuration, (2) Core 2 Duo 3.2 GHz processors, (3) 250 GB hard disk drive, (4) 1.44 MB floppy disk drive, (5) DVD-R/RW (+and-) drive, (6) 2 GB RAM main memory, (7) 256 MB AGP video, (8) At least four USB 2.0 serial ports, (9) Ruggedized rackmount 17-in flat panel 1280 x 1024 active TFT display, (10) High-speed PCI based frame grabber board for digital data capture from the IR camera, (11) I/O card to control ultrasonic power supply (12) Microsoft Windows XP Pro and Microsoft Office XP Standard Edition software, (13) 115 V, single-phase, 60 Hz input power. d. Analysis and Control Software with the following characteristics: (1) Streamlined and simplified Graphical User Interface (GUI), (2) Concurrent live and processed data image windows, (3) User definable Region of Interest (ROI) to optimize the dynamic range of an image based on the selected region. Graphical histogram display and discrete control to fine-tune the dynamic range, (4) User adjustable acquisition times 0 sec to 15 sec, (5) Ruler tool to measure the length and area of an indication, (6) Drawing tool to highlight an indication and superimpose the area onto the live view for precise registration, (7) 2-D and 3-D plotting tools to display temperature vs. time plots, line profiles, and amplitude maps, (8) Advanced signal processing, (9) Synchronous software triggering of the ultrasonic exciter and digital data capture from infrared camera. e. Vibrothermography Inspection Workstation with the following characteristics: (1) Framework constructed using modular aluminum profile for high strength to weight ratio. (2) A 3-axis stage for controlling motion of the ultrasonic horn with electo-mechanical motion control of the x-axis and y-axis and manual control of the z-axis. (3) IR camera fixture with multiple degrees of motion (ball-socket joint) to allow precise alignment for data acquisition. (4) Horn loading onto the part is pneumatically controlled. f. H-46 Rotor Blade Fixture to rigidly hold the root end and fully support the entire blade. Framework constructed using modular aluminum profile for high strength to weight ratio. Structure dimensions are 3 ft (width) x 25 ft (length). 6. Operation and Maintenance Manual: The Contractor shall provide three sets of Operation and Maintenance Manuals. These manuals shall contain operating instructions, parts lists, electrical interconnection and schematic diagrams, mechanical diagrams, and maintenance instructions for the Vibrothermography Test System. The Contractor shall include in the Operation and Maintenance Manuals all manuals and instructions for equipment supplied by third party vendors. Operation and Maintenance manuals shall be delivered no later than the completion date of system installation. 7. Software Documentation: The Contractor shall provide all original software distribution media, manuals, and licenses for all operating system and application software used in the Vibrothermography Test System. Software Documentation shall be delivered no later than the completion date of system installation. 8. Training: The Contractor shall provide training for six operators of the Vibrothermography Test System. The training shall be not less than two days in duration. 9. Warranty: The Contractor shall provide the same standard warranty that is provided to commercial customers. The Government desires a warranty that covers all parts, labor, technical support, and travel with a warranty period of at least 12 months. The warranty period shall begin upon Government acceptance of the Vibrothermography Test System. 10. Installation: The Vibrothermography Test System location and positioning shall be in accordance with drawing PE 20301F. (This drawing is available via fax upon request. Send requests via email to Linda Small email linda.s.small@usmc.mil and provide your fax number). The Government shall provide connection points to required utilities within 10 ft of system location. Installation shall be complete no later than 10 days after system is delivered. Quotes must contain unit price, extended price, delivery date, terms of payment, company name, address, name of individual quoting, phone and fax numbers. If quoting on a different brand you must provide literature to show specifications of the brand you are quoting. The delivery requirements are FOB origin and are to be delivered to Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC 28533. Delivery is required within sixteen (16) weeks of award or sooner. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (SEPT 2006). FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999). FAR 52.211-14 Notice of Priority Rating For National Defense Use (SEPT 1990). FAR 52.212-3, Offer Representation and Certifications-Commercial Items (Nov 2006), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007). FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement (SEPT 1990). DFARS 252.211-7003 Item Identification and Valuation (JUN 2005). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2007), to include the following clauses listed at paragraph 52.212-5 (b): (1) (5) (7) (9) (15) (16) (17) (18) (19) (20) (21) (22) (27) and (32). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), applies with the following clauses applicable for paragraph (a); 52.203-3 Gratuities (APR 1984); and applies with the following clauses applicable for paragraph (b); (5) (12) (17) (20)(i). Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:oo p.m., local time, 10 August 2007. Point of Contact: Debora Berget, Contract Specialist, Phone 252-466-7766, Fax 252-466-8492, Email debora.berget@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate Contracting Department Attn: Debora Berget code SUL3G Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM. See number note 1.
 
Record
SN01353765-W 20070728/070726222742 (fbodaily.com)
 
Source
FedBizOpps 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.