Federal Bid

Last Updated on 18 Jan 2017 at 9 AM
Sources Sought
Ridgecrest California

Servo-Hydraulic Tensil Test System

Solicitation ID N6893616R0017
Posted Date 12 Jan 2016 at 5 PM
Archive Date 18 Jan 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Ridgecrest California United states 93555
This sources sought is intended to determine whether small business is capable or interested in filling this requirement. The Materials Engineering Division at Naval Air Warfare Center, Weapons Division at China Lake, CA requires the purchase of a Servo-hydraulic tensile test system and anticipates the delivery of the product within 45 days after award. Comments are welcome. Specific instructions and requirements are listed below:

SPECIFICATION FOR SERVO-HYDRAULIC UNIVERSAL TEST MACHINE
Materials Engineering Division, Code 434000D
NAVAIR China Lake, CA

Specification is for a servo-hydraulic universal test machine which can be used for tension, compression and cyclic/fatigue testing.

1) System shall have a minimum load capacity of 20,000 lbf in tension and compression directions.

2) System shall include a load cell capable of measuring minimum of 20,000 lbf. Load cell shall be capable of measuring tension, compression and cyclic/fatigue loads. Load accuracy shall be ±0.5% or better.

3) Actuator shall be located in the base of the load frame.

4) Actuator shall have a maximum rate of at least 6 inches per second.

5) Actuator shall have a stroke of 6 inches minimum.

6) Actuator shall be capable of cyclic/fatigue tests of 30 Hz or more for rigid samples at ±50% load capacity.

7) System shall have a moveable crosshead. With crosshead at highest position, there shall be 45 inch minimum opening between actuator and load cell (no grips or fixtures installed, actuator at mid-stroke). Crosshead shall be adjustable using hydraulic, pneumatic or electrical means.

8) Crosshead support columns shall have 20 inch minimum distance inside to inside.

9) System shall include a hydraulic pump capable of operating system. Maximum noise level of pump shall be 70 dB when measured at operator's console (note, due to space limitations, pump will be installed behind the load frame within 10 feet of operator).

10) Hydraulic pump may be water cooled using existing cooling system in Code 434000D lab.

11) All hoses, fittings, etc required to connect hydraulic pump to load frame and water cooling shall be included. System supplier shall provide appropriate quantity of hydraulic fluid.

12) System shall include upper and lower hydraulically operator wedge style grips, and shall include jaw faces for thin and thick flat samples, and small and large diameter round samples (minimum 4 complete sets of jaw faces). Jaw face sample size shall be manufacturer's standard sizing (e.g. 0.25 inch and 0.5 inch flat, 0.25 inch and 0.5 inch diameter round).

13) Hydraulic grips may be operated from main hydraulic pump, or from a separate dedicated pump. Hoses, fittings, etc required to connect grips to pump shall be included.

14) System shall include manual control console capable of controlling basic system functions. Multiple manual controllers may be used (e.g. 1 controller for crosshead/actuator position, 1 controller for grip opening/closing).

15) System shall include computer console for creating and running complex tests and for data capture. Supplier shall specify software package name and version number. Multiple software packages may be included for static and fatigue testing. Computer shall be Windows 7 or Windows 10 operating system, and shall include mouse, keyboard and monitor (20 inch minimum). All cables, interface cards, etc shall be included.

16) System shall include minimum of 4 external data outputs for load, position and 2 additional programmable channels (e.g. strain). Preferred output is ±10 volt BNC style, with user programmable output (e.g. 10 volts = 20,000 lbf, 10 volts = 2 inch, etc). Data acquisition shall be adjustable from 1 Hz or less to 5 kHz or higher for all channels.

17) System shall be capable of operating on any or all of the following electrical power (existing power in building)
a. 480 volt, 3 phase, 60 amp
b. 208 volt, single phase
c. 110 volt, single phase
Supplier shall indicate power requirements for all components (hydraulic pumps, load frame, computers, and any ancillary equipment).

Any solicitation or Request for Proposal (RFP), as a result of this sources sought, will be posted on the FEDBIZOPPS website at http://www.fbo.gov. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.

Written responses shall be submitted by e-mail to [email protected] or mailed to Commander, Code 254140D, Attn: Blaine Ashworth NAVAIRWARCENWPNSDIV, 429 E. Bowen Rd. Mail Stop 4015, China Lake, CA 93555-6108 by 18 January 2016.

Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-16-R-0017 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.

Bid Protests Not Available

Similar Past Bids

Indian head Maryland 07 Sep 2017 at 6 PM
Wright patterson air force base Ohio 29 Aug 2016 at 2 PM
New delhi Delhi 07 May 2025 at 8 PM
Bay Arkansas 04 Feb 2009 at 8 PM
Location Unknown Not Specified

Similar Opportunities

Homestead Florida 21 Jul 2025 at 9 PM
Heath Ohio 30 Jul 2025 at 6 PM
Macedonia Ohio 30 Sep 2025 at 4 AM (estimated)