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