Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

70 -- Wind Tunnel Upgrades

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S611T0079
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the procurement of wind tunnel upgrades. The scope of work for this project specifically addresses the large wind tunnel at Dugway Proving Grounds. The contractor shall upgrade an existing wind tunnel which shall include the design, implementation, installation and validation of a full turnkey system to perform calibration and reporting of results of customer supplied anemometers of vane, propeller, ultrasonic, and handheld type. The tunnel is located at TSC-Dugway, Dugway Proving Grounds (DPG), Utah. The upgrade shall consist of new calibration data acquisition system, software and a larger fan motor to enable wind speeds in the test section to 60+mph. The instrumentation upgrade shall replace and/or augment the current hardware (data acquisition, control, data logging and reporting systems), computer software, as well as implementation. A closed loop control system shall be used to enable continuous monitoring and control of the test section wind speed such that the velocity profile over the occupied volume of the cup or prop or active sensor and turbulence intensity shall less than or equal to 2% of reading. The contractor shall provide all hardware (with exception of government furnished equipment (GFE) identified below), software and graphical user interface, to perform calibration and reporting of results generated by the system. The contractor shall provide hardware and software to accomplish the upgrade: Hardware: Four pitot tubes shall be used in the test section and the average of 4 pitot tubes shall be used to measure wind speed in the test section using the contractor provided differential pressure transducer (Baratron Mdl. 120AD-00010RCU). The hardware component standard shall be the National Instruments PXI Real Time platform and shall use a controller to execute a real time (non-Windows) operating system, running a real time software application implementing all the communication protocols (with the user supplied computer), to provide all system instrumentation, data acquisition and user interface tasks. Data Acquisition System The instrumentation shall contain a multipurpose data acquisition card, a digital multimeter card (DMM), and an analog output card which shall be used to measure, record, and control the test system. Power Supplies National Instruments offers a programmable PXI based power supply that shall be used to replace the existing power supply that controls the wind tunnel blower on the DPG Large Wind Tunnels. The contractor shall provide interfacing to the following GFE instruments, to provide pitot tube wind speeds of the test section: 1. Hart Scientific 1620 The DewK Thermo-Hygrometer via RS-232 2. Druck DPI 145 Multifunction Pressure Indicator A modification of the current test section, plus 4 custom test panels, shall be provided. These test panels hold the device under test (DUT) in place and provide for an easy and repeatable system to mount a variety of different types of DUTs from below the test section. An interface panel system shall also provide a means of connecting the DUT outputs into an interface box located on the outer wind tunnel wall. The interface box shall be connected to the data acquisition system. Software: The system software shall have two components, the real time component and the user interface component: The real time component is a LabVIEW RT application to run embedded to the PXI real time controller and shall execute the following functions: 1. Instruments communication and data collection 2. Motor control 3. Automatically pull all tests parameters from a text file 4. Execution of real time data collection and data logging to file The user interface component is a LabVIEW application to run on a Laptop or Desktop PC (provided by TMDE) to be connected to the PXI real time chassis. The user interface component shall execute the following functions: 1. Allow users to configure the system and test parameters for automatic data acquisition 2. Allow users to monitor in real time the acquired anemometer pulse waves 3. Report generation of acquired data to a Microsoft Word or PDF specified template report (report can be subsequently printed) 4. Allow manual measurements of the anemometer to user specified position The source code for both the LabVIEW RT and LabVIEW application will be delivered to TSC-Dugway. The vendor will also compile these applications into stand alone executable files such that the user may execute them without the need to purchase licenses of LabVIEW software. Test Certification Procedures The software development and hardware implementation the wind tunnels will be derived as part of the Scrum Aztera Development Process and will reference current DPG calibration procedures and standards as well as the following documents: International Standard: Metrology - Wind measurements Part 1: Wind tunnel test methods for rotating anemometer performance ISO 17713-1:2007(E) NIST Special Publication 250-79, T.T. Yeh and J.M. Hall Airspeed Calibration Service NIST Uncertainty of NIST Airspeed Calibrations, T.T. Yeh and J.M. Hall This is a notice of intent to negotiate on a sole source basis with Aztera, LLC, 948 W. Grant Rd. Tucson, AZ 85745. Pursuant to 10 U.S.C. 2304 ( C ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and / or equipment are available from one responsible source and no other type of supplies, services and / or equipment will satisfy agency requirements. Interested parties wishing to respond to this solicitation must provide pricing valid for a period of sixty (60) calendar days. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-11-T-0079. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 541330 ($4.5) size standard in millions of dollars applies to this procurement. The following provisions and/or clauses apply to this RFQ: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Additional FAR clauses required: FAR 52.204-7, Central Contractor Registration: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.228-5, Insurance - Work on a Government Installation; FAR 52.228-4001, Insurance Requirements; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-4004, Identification of Contractor Employees; FAR 52.242-4004, Government Contractor Relationships; FAR 50.245-1, Government Property; FAR 52.247-34, FOB: Destination (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway, Utah, 84022). DFARS clauses required: DFARS 252.201-7001, Contracting Officer's Representative; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7035 ALT I, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.227-7015, Technical Data-Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; and DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea. The following local clauses apply to this solicitation: FAR 52.000-4001, Foreign Visitors / Employees; FAR 52.000-4002, Location of U.S. Army Dugway Proving Ground; FAR 52.000-4003, Normal Work Hours; FAR 52.000-4107, Security Badges and/or Protective Masks; FAR 52.000-4949, Contractor Access to DPG; FAR 52.204-4000, Department of Army Personnel Reporting System; FAR 52.223-4001, OSHA Standards; Notice to Offerors - Use of Class I Ozone Depleting Substances; and Legend of Acronyms and Brevity Codes. All quotes must be emailed to Sandy Johnson at sandra.j.johnson90.civ@mail.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Sandy Johnson at sandra.j.johnson90.civ@mail.mil. Quotes are due no later than 9:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday, September 19, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/41e2e333bfd302b27fa87847a44a9d53)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02564977-W 20110909/110907235054-41e2e333bfd302b27fa87847a44a9d53 (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.