Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1999 PSA#2349

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

66 -- 20,000 LB SHAKER AND SLIP TABLE WITH AMPLIFIER, CONTROLLER, AND SOFTWARE SOL RFQ9019-4706 DUE 052799 POC Laura B. Rochester, Contract Specialist, Phone 407-867-3291, Fax 407-867-1188, Email Laura.Rochester-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/KSC/date.html#RFQ9019-4706. E-MAIL: Laura B. Rochester, Laura.Rochester-1@ksc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) and the Test Program for Certain Commercial Items. 1.0 Specification This specification covers the requirements for the performance of an electrodynamics vibration system. As supplied, this system shall consist of an electrodynamics exciter integrated with a sliptable assembly, its associated power amplifier with digital vibration controller, and a cooling system, as required. 2.0 Overall System: 2.1 Sine sweep from 180 Hz to 2000 Hz at 73g with a 200 lb payload 2.2 Minimum Random PSD spectrum flat from 20 Hz to 2000 Hz at 45g rms with up to a 340-lb payload. 2.3 Minimum Half Sine shock test of 100g, 4 rms with 300-lb payload and Mil standard 1 5% pre-pulse and 30% +20% post-pulse. 2.4 Provide maintenance requirements to operate the equipment for the first five years. 2.5 Identify all licenses, limited life components, and maintenance agreements required or recommended to operate the equipment for 5 years. Be specific and provide priced estimates in the quotation response. 2.6 All interconnecting cables and hoses between system components to be supplied shall be a minimum of 50 ft. 3.0 Vibration Exciter: 3.1 Minimum of 22,000-force pounds Sine, 20,000 pounds rms Random, and 40,000 lbs Shock force 3.2 Minimum 2 inches displacement. 3.3 Minimum of 75 in/second peak velocity continuous duty. 3.4 First major resonance above 2200 Hz bare table. 3.5 Frequency range shall be at least 2 to 3000 Hz 3.6 Armature table diameter shall be at least 17 inches. Specimen attachment points shall be replaceable stainless steel raised inserts. In order to utilize existing fixtures, the armature attachment pattern must include one threaded insert at center, 4 on 4 inch bolt circles, 8 on 8 inch bolt circles, 8 on 12 inch bolt circles, and 8 on 16 inch bolt circles, total of 29 threaded inserts 3.7 Describe Exciter cooling requirements. 4.0 Power Amplifier: 4.1 The power amplifier shall be high efficiency, class D. Specify cooling requirements for the amplifier. 4.2 Describe the sequencing and safety interlocking to ensure that functions operate in sequence. How is the amplifier protected against sequence malfunctions, overvoltage, and overcurrent? Provide a list and short functional summary of the switches, lights, and meters to be provided as system monitoring and operational capabilities. Identify all safety equipment and optional safety features necessary to operate the equipment. 4.3 Describe the harmonic distortion at rated output at the following measures: DC to 500Hz 500 to 2000 Hz 2000 Hz to 3000 Hz 4.4 Describe the power amplifier frequency response in the sine mode which shall be 11 dB, from 5 to 3000 Hz. 4.5 Describethe housing for the power amplifier. Describe the plates and seals at all mating surfaces at panels, doors, frame joints, etc.. Three phase power lines should be isolated from the amplifier by an included EMI filter to prevent conduction of EMI energy into the three-phase power source -- discuss. 5.0 Combined Sliptable Assembly with Exciter : 5.1 Shaker and slip table should be mounted on a combined base and permanently aligned at the factory. No on-site adjustments or modification should be required. 5.2 The slip plate shall have a 48" x 48" working area with a 4" x 4" grid of = -- 13 mounting holes. All threaded inserts in the plate shall be stainless Taplock design. 5.3 Describe the material used in the bearing surface for the slip plate and state the flatness tolerance. 5.4 Describe the hydraulic or hydrostatic bearings used for the slip plate. 5.5 Describe the horizontal and vertical direction isolation resonance of the shaker from the floor to the base. 5.6 Explain the operations required to change the Vibration Exciter from vertical mode to the horizontal mode and steps necessary to connect the slip table. 6.0 Work Station, Digital Vibration Control, Data Signal Processing and Printer: 6.1 The computer shall be based on the Microsoft Windows 98 or System NT operating system and Intel Pentium processor. It shall also support other Windows applications. The computer hardware shall, as a minimum, be a 333Hz Pentium Processor, 32 MB RAM, 256k Secondary Cache RAM, 2 GB Hard Disk Drive, 20 inch SVGA Color Monitor, SVGA Graphics with 1 MB Video RAM. 6.2 Provide a description of the data processing system and the control features necessary to measure the overall system performance and monitor the test specimen response to the vibration environment. 6.3 The vibration control and monitoring system shall be configured for a minimum of sixteen (16) channels with a full set of signal conditioners as spares. Provide at a minimum, four full compliments sets of accelerometers. These sets must provide the necessarydata to monitor testing over the entire range of the overall system performance requirements. 6.4 Provide a photo or drawings and a narrative of the operations required to start, safely operate, and power down the Digital Vibration Controller and Work Station. Include how to create/edit/print tests (test setup), select tests to run, and any review options for the saved data. Describe any and all software interlocks to minimize operator error, loss of data, or equipment damage. 6.5 Provide as a minimum a Laserjet or ink jet type color printer with all the necessary cables. 6.6 Provide a remote operational monitor, a remote safety shutdown switch and 50 feet of the necessary cables for the test personnel very near the Shaker Table. 6.7 Describe any and all calibration hardware, software, or licenses necessary to trace all measurements to a national standard. Identify built-in or external calibration equipment necessary to generate a calibration report that indicates pass/fail for each measurement check prior to each test. 6.8 Provide annually priced software upgrades, hardware maintenance, on-site support, and software help desk support for 5 years. 6.9 All system components, including test software, shall be warranted for a period of one year from date of shipment. 6.10 The minimum vibration control programs are Sine Control, Random Control, Random-on-Random, Classical Shock Control, Shock-Response Spectrum Control. Describe each and include any operator options, data and safety or abort interlock features. 7.0 System Acceptance Testing and Delivery 7.1 The US Government may send technical personnel to witness full performance tests of selected system components, which may include the combined slip table, at the vendor factory before shipment. If there would be a charge associated with the performance of such test, identify and price separately. The provisions and clauses in the RFQ are those in effect through FAC 97-11. All FAR clauses may be obtained via the internet at http://procurement.nasa.gov/FAR/. The SICcode and the small business size standard for this procurement are 3826 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to KSC is required within seven months ARO. Delivery FOB Destination is preferred. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and include: solicitation number, shipping terms, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation.Quoters shall provide the information provided by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: Paragraph(i) of this clause is hereby deleted. 1)Transportation charges, and related insurance charges shall be separately identified. 2)The specification description identifies many minimum requirements. These minimums indicate the size and capacity requirements of the system being purchased. Failure to meet these minimums may result in your quote being considered unacceptable. IN AN EFFORT TO OBTAIN MAXIMUM COMPETITION, THE GOVERNMENT SEEKS COMMENTS OR QUESTIONS REGARDNG THESE MINIMUMS, SHOULD A SYSTEM BE AVAILABLE THAT CAN MEET THE GENERAL SIZE AND CAPACITY THROUGH DIFFERENT SPECIFICATIONS. The Government reserves the right to amend the solicitation based upon any comments received. The quoter must respond to each numbered paragraph in the specification in order to enable the Government to evaluate compliance with such specification. When technical details about a particular part of the system are requested, be direct and detailed enough to allow evaluation of the response to the requirements in the paragraph. Any additional items not specified, that may be required by the system you offer, shall be separately identified and priced. 3)Prices for maintenance requirements, software upgrades, limited life components, hardware maintenance, technical support, etc. for a five year period are mentioned in the specification and requested in order to evaluate life cycle cost. QUESTIONS REGARDING THIS ACQUISITION MUST BE SUBMITTED IN WRITING NO LATER THAN MAY 24, 1999. Facsimile and e-mail are acceptable. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 are included as an attachment to this solicitation. Alternates I, II, and III are applicable and are incorporated therein. FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: YEAR 2000 COMPLIANCE (MAY 1998) (a)Definition: "Year 2000 compliant", as used in this clause, means that the information technology (hardware, software and firmware, including embedded systems or any other electromechanical or processor-based systems used in accordance with its associated documentation) accurately processes date and date-related data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b)Any information technology provided, operated, and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance,consisting of: a certification document signed by the vendor and/or original equipment manufacturer, and/or standard product literature, or test reports for commercial items. (c)The contractor warrants that any IT items or services provided under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. (d)The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or services whose non-compliance is discovered and made known to the contractor in writing within 90 days after acceptance. In addition, all other terms and limitations of the contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. (end of clause) FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.203-6 with Alt I; 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.225-9; and 52.232-34. QUOTATIONS ARE DUE BY JUNE 2, 1999 to the address specified above and to the attention of the point of contact specified below. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999)(MODIFIED) -- Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price, and past performance; other critical requirements (e.g., delivery, transportation) if so stated in the RFQ will also be considered. Technical merit will include such factors as the capability of the system, built-in safety features, operator tasks, and the longevity of the life of the components. Initial cost and life cycle cost will be considered in the evaluation. It is critical that quoters provide adequate detail to allow evaluation of their quote (see FAR 52.212-1(b)). A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quoter's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTERS MUST PROVIDE COPIES OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS -- COMMERCIAL ITEMS WITH THEIR QOUTE. A copy of the form is available as an attachment to this solicitation. An ombudsman has been appointed -- See Internet Note "B". Fill-in: James L. Jennings, (407)867-2355. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. There are no other referenced notes. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 05/17/99 (D-SN332301). (0137)

Loren Data Corp. http://www.ld.com (SYN# 0235 19990519\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page