Update AGT 1500

expired opportunity(Expired)
From: Federal Government(Federal)
W911KF-18-S-0017

Basic Details

started - 31 Jul, 2018 (about 5 years ago)

Start Date

31 Jul, 2018 (about 5 years ago)
due - 14 Aug, 2018 (about 5 years ago)

Due Date

14 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
W911KF-18-S-0017

Identifier

W911KF-18-S-0017
Department of the Army

Customer / Agency

DEPT OF DEFENSE (710166)DEPT OF THE ARMY (133270)AMC (72683)ACC (75066)ACC-CTRS (32937)ACC WRN (8540)W6QK ACC ANAD (700)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 This Sources Sought Notice is for market research purposes only.  This is NOT a request for quotes or proposals.Summary of Service: This specification establishes the requirements for upgrade of five (5) AGT 1500 dynamometer test cells located on Anniston Army Depot (ANAD).  Contractor shall author and update all software in five (5 ) AGT 1500 dynamometer test cells in accordance with Acceptance Test Procedure (ATP) for AGT1500 Engines document 21-15494.  Contractor shall incorporate Digital Electronic Control Unit (DECU) 7 into all test cells.  DECUs will be provided by the government for use in test cells.  Contractor shall provide option for executing Simulated Yuma Proving Grounds Duty Cycle Engine Test (SYDET) document 21-15017 on all 5 test cells.  Contractor shall update all computing hardware included specifications. Contractor shall provide and install host computer.  Host computer shall run Windows 10 Professional Edition on an Intel Processor.  Computer system shall have a
removable rack.  The following software shall be installed and backups provided: LabVIEW Professional Development, LabVIEW Real-Time Module, Adobe Acrobat Reader, and Tuff Test. Contractor shall provide and install data acquisition System.  Data Acquisition System shall have the following: NI PXIe-1078, 9-slot 3U PXI Express, NI PCI3-1078 mount kit, NI PXI-6509 Industrial 96 channel, NI PXI-6624 Industrial 8 Channel-Channel Isolated, NI PXI-7604 DC Analog Output Board, SCB-68A noise Rejecting Shielded Input/Output, SH68-68-D1 Cable, SCB-100A Noise Rejecting Shielded Input/Output, SH100-100-FLEX 2 meter cable assembly, PXI3-4353 32 Chanel Thermocouple Input, NI PXIe-4301 +/- 10 volt 32 channel, PXIe-4309 Terminal block - screw terminal, TB-4353 Isothermal Terminal Block, and PXIe-8821 LabVIEW RT. Contractor shall write software in compliance with test specifications 21-15494A and 21-15435.  Provisions shall be written into software for testing with legacy bell mouth and high fidelity bell mouth.  ANAD Engineer and/or maintenance personnel shall be able to view and edit curves and bell mouth coefficients.  Engine switch constant set by interrogating the engine serial number; i.e. E00XXX for Egypt (i.e. new production), TYYMXXX for TIGER engines, and ARCYYMXXX for an ARCS engine.  Internally, in the software code this constant shall be used to select the appropriate calculations.The Anniston Army Depot is seeking responses from all responsible sources, including large, and small business concerns.  Small business concerns are defined under the associated North American Industry Classification (NAICS) code for this effort, 541519, Other Computer Related Services; Size Standard is $27.5M.  Please include your company's size classification and socio-economic status in any response to this notice. Responses to this notice must be submitted electronically to Ashley Randolph, Ashley.s.randolph.mil@mail.mil, (telephone inquiries will not be accepted or acknowledged).  "Upgrade AGT 1500" must appear in the subject line of the email or it will be deleted and not read.  Responses must be received no later than 14 August 2018 at 9:00 AM. CST.Interested vendors are requested to submit a statement of the capabilities of their organization with respect to the government's Request for Information.Responses should include:1.  Prospective firm's name, address, phone number, socioeconomic status and DUNS number2.  General information of firm's previous experience on at least two projects of a similar scope, complexity and value; including the title, location, brief description of work, and dollar value Responses should be "short and to-the-point."  This Request For Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation.  All information received in response to this RFI that is marked as proprietary will be handled accordingly.  In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.  The Government is under no obligation to issue a solicitation or to award a contract related to this project. NO FURTHER INFORMATION IS AVAILABLE AT THIS TIME. THIS RFI IS FOR MARKET RESEARCH ONLY. This RFI will expire on 14 August 2018 at 9:00 AM. CST.

Anniston, ALLocation

Place Of Performance : N/A

Country : United StatesState : AlabamaCity : Anniston

Classification

NAISC: 541519 GSA CLASS CODE: R
naicsCode 541519Other Computer Related Services
pscCode RElectronic Records Management Services