Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2007 FBO #2075
SOLICITATION NOTICE

14 -- Study to advance concepts for add-on damping treatments and shock isolation.

Notice Date
7/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-07-Q-0032
 
Response Due
8/14/2007
 
Archive Date
10/13/2007
 
Small Business Set-Aside
N/A
 
Description
This 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-07-Q-0032 is being issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisi tion Circular 2005-18. The intention of this study is to advance concepts for add-on damping treatments and shock isolation for an Army missile system. Currently passive type approaches will be investigated utilizing an existing finite element model of t he missile body and seeker head. Each of the damping approaches will be evaluated for amount of added damping, weight, and complexity. Task A. Grommet Parameters. An isolation technique that has generated success and promise is the use of polymer gromm ets as part of the mounting process of the IMUs. The small size of the grommets do not significantly increase the volume required for the IMU, which is the result of only isolating the IMU and not any of the electronics or bracket hardware and therefore t he grommet isolation is relatively small. Currently, urethane and ethylene propylene (EPDM) have been utilized in the grommet design. The durometer hardness or stiffness of these materials can be adjusted to meet the required isolation frequency. The co ntractor shall build a finite element model of a grommet design that is currently being utilized in a AMRDEC missile design. The FEM shall be correlated to current grommet test data. The test data will be provided by the AMRDEC and shall consist of consi st of laboratory test data and flight test data. The grommet FEM shall be parameterized such that various material properties and design parameters of the grommet can be optimized for different applications. The deliverables for Task A shall consist of N ASTRAN FEM and a report documenting the FEM, correlation results, input requirements and optimization procedures and results. This shall be prepared In Accordance With (IAW) DI-MISC-80711. Task B. Apply Constrained Layer Viscoelastic Treatment To IMU Br acket Structures. A design for a constrained layer viscoelastic treatment shall be proposed and analyzed using the finite element model of the IMU Bracket. This viscoelastic design will include location of attachment, geometric size of attachment, thickn ess of materials, and selection of a viscoelastic material. The viscoelastic treatment works best in regions of the structure with high strain energy. Therefore, the first step will be to scrutinize the fundamental modes of the bracket model to determine promising regions for attachment of the viscoelastic treatment. From there, a trade study on the remaining parameters of the treatment (size of treatment, thicknesses of viscoelastic and constraining layer, and material selection) will be undertaken to o ptimize the amount of damping achieved in the structure. This will be undertaken by modifying the finite element model to account for the damping treatment and evaluating the amount of added damping using the Modal Strain Energy Method. Two types of viscoelastic damping treatments shall be considered. In the first, the host structure is left unmodified and the damping treatment is simply added-on to the interior or exterior of the host structure. The second viscoelastic treatment utiliz es the fact that the missile body is a composite material. This allows the possibility of embedding the viscoelastic material as another layer in the composite layup. The contractor shall develop prototype bracket hardware with and without the constraine d layer viscoelastic treatment applied. Laboratory tests shall then be applied to demonstrate the effectiveness of the technique under shock and vibration environments. The de liverables shall be prototype bracket hardware. The data deliverables shall be NASTRAN FEM, and a report documenting the FEA modeling techniques and results, and laboratory tests and results. This shall be prepared IAW DI-MISC-80711. The Office of the Assistance Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site to capture all direct labor hours and direct labor dollars incurred by prime contractors and subcontra ctors required for performance of this contract. The prime contractor is required to provide the information addressed in the contractor user guide at the following web address: https://cmra.army.mil. Subcontractors are required to provide the informati on addressed in the subcontractor user guide at the web address provided above. The required information includes Contract Number, Delivery or Task Order Number (if applicable), Direct Labor Hours, Direct Labor Dollars, Country, State, Zip Code, City or I nstallation of Service, Total Obligated Dollars, Total Invoiced Amount, Contractor Company Name, Contractor Point of Contact First and Last Name, Phone Number and Email Address. The Contractor agrees to include, and require inclusion of, this term in subc ontracts at any tier under this contract (except to vendors providing goods and no services other than incidental services). NOTE: Subcontractors will not enter any contract level information, only location data to include direct labor hours, direct labo r dollars and location where provided. While the Contracting Officers Representative (COR) will normally establish the contract record at the above web address, the prime contractor may establish the record. Award is expected to be made to CSA Engineeri ng, Inc., Mountain View, California. The place of delivery, acceptance and FOB point is U.S. Army Aviation and Missile Command, Redstone Arsenal, Alabama, 35898, marked for the attention of Russ Garner, phone (256) 876-4041. All responsible sources may s ubmit an offer, which shall be considered by the Agency, if received by August 14, 2007 noon, local time. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulati on (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.212-1, Instructions to Offerors - Commercial; Clause 52.212-3, Offeror Representations and Certifications - Commerci al Items, Offerors Must Include a Completed Copy With the Offer or be registered in the On-Line Representations and Certifications Application (ORCA), Contract Terms and Conditions - Commercial Items; and Clause 52.212-5, Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders - Commercial Items, are applicable to this acquisition. Offer is due not later than 12:00 noon, Local Time, May 21, 2007 in the contracting office, Building 5400, Room B148, Redstone Arsenal, Alabama, 35898-5 250. Facsimile quotes are acceptable at (256) 876-1631 to the attention of Beverly Gonzales. Quotes/offers received after the specified due date and time will not be considered for award. For information regarding this solicitation contact Beverly Gonza les, 256-876-5326.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01357679-W 20070802/070731221700 (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.