COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS
49 -- 49-LOAD MANAGEMENT SYSTEM
- Notice Date
- September 18, 2001
- Contracting Office
- US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH23-01-R-0831
- Response Due
- November 5, 2001
- Point of Contact
- Constance Jones, 256-842-6130
- E-Mail Address
- US Army Aviation and Missile Command DAAH23 (Constance.Jones@redstone.army.mil)
- Description
- Description: The contractor shall establish at Corpus Christi Army Depot (CCAD), Corpus Christi, Texas, a commercial or modified commercial Load Management System (LMS), 2 each with an option quantity of 2 each. The contractor shall provide the LMS consist ing of Dynamometer (water brake) Part Number (PN) 108-080-013, Torque Reaction Sensor System PN 900-106-042, Dress Hardware Kit PN 108-080-406, Adopter PN 505-001-527, Oil Equipment PN 506-100-029, Calibration System PN 504-100-003, and Quill Shaft PN 505- 001-557. The LMS shall be installed on the T55-GA-712 and T55-GA-714A. The system will be used for the T55-GA-714A engine test cell at Corpus Christi Army Depot. This system must be able to bolt to an existing T55-GA-714A currently used by Corpus Christi A rmy Depot (CCAD). The system must be able to manage and control at a minimum, a. 6000 Shaft Horsepower (SHP) b. 17000 Revolutions Per Minute (RPM) c. 2100 Foot Pounds (ft/lbs) of Torque The complete Load Management System shall have a total weight (wet) no t to exceed 800 pounds (lbs). The TRS must at a minimum have a rated output of 1.5 millivolt per volt with a maximum excitation of 10 volts using the strain gage system. All temperature measurements should be done using a TYPE E thermocouples. This will be monitored for three parameters, water flow in, water flow out, and bearing temperatures on the LMS. The LMS with all its components must perform, under normal operational test limits, for a minimum of 700 hours before any scheduled maintenance or overhaul requirements. The LMS must be able to be mounted to the front of the engine without the assistance of a pedestal or like apparatus. The existing water supply system should provide 50 psig at 500 gallons per minute flow rate. Both Inlet and outlet supply l ine size will be 3' National Pipe Tread (NPT). With a maximum water inlet (supply) temperature at 90 degrees F the water outlet temperature should not exceed 180 degrees F (90 degree F Delta). The circulating water system is used at Corpus Christi Army Dep ot. The installed LMS shall not be able to interrupt the intake airflow for the engine. With the LMS mounted on the CCAD monorail strongback, the LMS maximum allowable angular misalignment of the power absorber driveshaft with respect to the centerline est ablished by the pitch diameter of the engine output shaft spline shall be 0.5 degrees or less. The maximum allowable polar moment of inertia of the power absorber referred to engine shaft speed is 5.041 slug ft sq. The maximum allowable torsional spring co nstant of the power absorber drive system referred to engine shaft speed is 245.0 ft-lb/radium. The natural frequency of the dynamometer installed during engine test shall be no higher than 50% of the idle rotor speed in all modes of motion which can be ex cited by residual rotor balances. Vibration of dynamometer shall be no more than 0.94 in/sec average in all steady-state points in a front vertical pickup location. The LMS shall use standard Mil-L-23699 synthetic oil for the oil lubrication system. The lu brication system shall be designed using oil jets for lubricating the bearings. The Government desires commercial Drawings for all LMS components IAW DI-DRPR-81003 and interface drawings IAW DI-DRPR-81000 for Government Use Only. Commercial Off the shelf ( COTS) manuals IAW DI-TMSS-80527 for all LMS components is required. The manuals will include at a minimum instructions for operating, trouble shooting, overhaul of the LMS, calibration procedures. Training shall be provided to CCAD Maintenance personnel on disassembly, overhaul completely, calibrate, refurbishment and reassembly of the LMS. Video training shall be required to include detailed calibration techniques, advanced trouble shooting and fail safe procedures, complete dynamometer tear down, overhaul and rebuild parameters for the LMS. After market support for 1 yr. and phone support with a poc and a hotline is required. This requirement is restricted to th e only known source capable of meeting the Government's requested requirements. The intended source is Kahn Industries, Inc., 885 Wells Road, Wethersfield, CT 06109. The closing date annotated is an estimated date and may be adjusted dependent upon the dat e of release of the solicitation, however, solicitation will not close prior to the closing date stated above. Foreign Firms are reminded that all request for solicitation must be processed through their respective embassies. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. No telephone requests will be accepted. Request will be by data fax or mail only. You may datafax or mail your request to, ATTN: AMSAM-AC-LS-M, Dorothy Anderson, Contracting Officer at ( 256) 955-9220. See Note 22.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010920/49SOL004.HTM (D-261 SN50Y062)
| 49 - Maintenance Repair Shop Equipment Index
|
Issue Index |
Created on September 18, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|