COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS
36 -- ACTUATORS-IGV,STATOR AND SPARES
- Notice Date
- July 24, 2001
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- 3-180499
- Response Due
- August 10, 2001
- Point of Contact
- Adele C. Szuhai, Purchasing Agent, Phone (216) 433-8784, Fax (216) 433-2480, Email Adele.C.Szuhai@grc.nasa.gov
- E-Mail Address
- Adele C. Szuhai (Adele.C.Szuhai@grc.nasa.gov)
- Description
- 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). IGV ACTUATORS-INLET GUIDE VANE BALLSCREW ACTUATORS,(COMPTROL 59-1505) (2 EACH)-STATOR ACTUATOR BALLSCREW ACTUATORS (COMPTROL 59-1506)(4 EACH)-IGV SPARES (COMPTROL 59-1505 SP) (1 EACH)-STATOR SPARES (COMPTROL 59-1506 SP)(1 EACH) (COMPTROL PART NUMBERS OR EQUAL). SPECIFICATIONS FOR ACTUATOR ASSEMBLIES AS FOLLOWS: SPECIFICATIONS: 2. Actuator Assemblies: 2.1 IGV Actuator Assembly: 2.1.1 Quantity: A total of two IGV electric servo-actuators are required. Both actuators will be connected to the same synchronization ring via rod ends in order to move the ring circumferentially (and slightly axially). 2.1.2 Actuator Force: Total force required for a single actuator is 860 lbf. This loading consists of approximately 300 lbf of frictional force which is only present when moving the rings, and zero to 560 lbf of aerodynamic loading against the inlet guide vanes which is a constant force acting against the actuator. 2.1.3 Actuator Travel: Total travel of the actuator ballscrew will be 1.28 inches, equally split between extension and retraction from a "zero point" where the actuator is extended about .70 inches. 2.1.4 Actuator Travel Speed: Nominal speed of travel will be about 55 seconds for the full travel mentioned above, or .023"/sec. A maximum speed of .12"/sec is desired for emergency actuation. Dwell time is usually very long (minutes), and it is desired to hold position very accurately during dwell. 2.1.5 Feedback/Position: Actuator position feedback is required via encoder internal to the actuator assembly. Encoders should have 2000 line resolution minimum. Each actuator should also have end of travel limit switch indication. 2.1.6 Accuracy: Ballscrew lead error should be less than .001". Repeatability should be 10.0005" or better. Ballscrew should be of "zero-backlash" type. Actual position should be within .005" of commanded position, including all system deflections at maximum loading. 2.1.7 Braking: Actuator assembly should be able to maintain position upon termination of command signal to the servo motor. This can be accomplished via electric brake, or through system ballscrew frictional forces. 2.1.8 Actuator Mounting: Actuators shall have rod end mounting on both ends. 2.1.9 Life: Actuator life shall be a minimum of 4,000" travel. 2.1.10 Spares: Spare hardware should be quoted as a separate line item in the vendor quotation, so that bids can be equally compared, and should include hardware that may, under normal use, require replacement when utilized beyond the "life" requirement above. Spare hardware should include at a minimum one spare drive amplifier, one servo motor w/cable, and 2 encoders. 2.1.11 Actuator Size Envelope (inc. motor and linear actuator): Length: (Along actuator travel centerline): 32.0" Height: (From actuator base to top of actuator including motor): 12.0" Width: 8.0" 2.2 Stator Actuator Assembly: 2.2.1 Quantity: A total of four stator electric servo-actuators are required. Two actuators will be connected to the same synchronization ring via rod ends in order to move the ring circumferentially (and slightly axially). Four actuators are required, as there is a stator 1 (S1) and stator 2 (S2) synch ring. 2.2.2 Actuator Force: Total force required for a single actuator is 6000 lbf. This loading consists of approximately 750 lbf of frictional force which is only present when moving the rings, and zero to 5,250 lbf of aerodynamic loading against the stator vanes which is a constant force acting against the actuator. 2.2.3 Actuator Travel: Total travel of the actuator ballscrew will be 1.224 inches, equally split between extension and retraction from a "zero point" where the actuator is extended about .70 inches. 2.2.4 Actuator Travel Speed: Nominal speed of travel will be about 55 seconds for the full travel mentioned above, or .025"/sec. A maximum speed of .125"/sec is desired for emergency actuation. Dwell time is usually very long (minutes), and it is desired to hold position very accurately during dwell. 2.2.5 Feedback/Position: Actuator position feedback is required via encoder internal to the actuator assembly. Encoders should have 2000 line resolution minimum. Each actuator should also have end of travel limit switch indication. 2.2.6 Accuracy: Ballscrew lead error should be less than .001". Repeatability should be 10.0005" or better. Ballscrew should be of "zero-backlash" type. Actual position should be within .005" of commanded position, including all system deflections at maximum loading. 2.2.7 Braking: Actuator assembly should be able to maintain position upon termination of command signal to the servo motor. This can be accomplished via electric brake, or through system ballscrew frictional forces. 2.2.8 Actuator Mounting: Actuators shall have rod end mounting on both ends. 2.2.9 Life: Actuator life shall be a minimum of 4,000" travel. 2.2.10 Spares: Spare hardware should be quoted as a separate line item in the vendor quotation, so that bids can be equally compared, and should include hardware that may, under normal use, require replacement when utilized beyond the "life" requirement above. Spare hardware should include at a minimum one spare drive amplifier, one servo motor w/cable, and 4 encoders. 2.2.11 Actuator Size Envelope (inc. motor and linear actuator): Length: (Along actuator centerline): 32.0" Height: (From actuator base to top of actuator including motor): 12.0" Width: 8.0" Drawing available upon request. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333995 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 shall be FOB Destination. The DPAS rating for this procurement is DO-09. Quotations for the items(s) described above are due by COB on 8/10/01 and may be faxed to Adele C. Szuhai @ 216-433-2480 and include, solicitation number, FOB destination to this Center, 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. 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 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.211-6 -- BRAND NAME OR EQUAL -- is applicable and the following identified clauses are incorporated by reference. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 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 (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#3-180499)
- Record
- Loren Data Corp. 20010726/36SOL001.HTM (D-205 SN50S7Y5)
| 36 - Special Industry Machinery Index
|
Issue Index |
Created on July 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|