The RFP Database
New business relationships start here

Control Panel Upgrade


New Jersey, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Contracting Command-New Jersey, Emerging Technologies Contracting Center (ACC-NJ-ET), Benet Laboratories, on behalf of Armament Research, Development, and Engineering Center's (ARDEC) Benet Laboratories, Watervliet Arsenal, NY, is conducting a market survey to identify potential commercial sources to develop a control system to operate the Harwood Engineering Hydraulic System in Test Cells #1: D-3719 and Test Cells #2: D-3597.
The vendors shall provide design engineering services to develop and document the replacement controls and associated equipment for the Harwood System. These test cells conduct high pressure fatigue testing on Cannons and Artillery to establish safe service lives for the armaments used in the field. The major performance requirement is that the system can conduct cyclic hydraulic fatigue testing to a designated pressure up to 150 Ksi (Current existing hardware limit) until failure. The vendor shall install and test all the new hardware and software. Training shall also be provided for the new system. The potential vendors shall have experience in Ultra-high and Super-pressure ranges for testing.

The Requirements are:
i) A programmable controller based logic system to replace the existing electronics, relay logic and manual controls. The programmable controller will provide the system control functions.
ii) A new electronic touch panel (at least 12" color graphic display) operator interface terminal to function as the operator interface, replacing the conventional switches and indicators on the existing panels.
iii) Additional sensors and controls to permit remote and automatic operation of the testing sequence.
iv) A new fully enclosed control panel and Gage Board to replace the existing control board and panel assembly.
(1) New digital gages are to be installed on the new gage board added to the right side of the control console.
(2) The gage board and new control panel will be arranged to fill the space of the existing gage board.
(3) The existing Gage Board rear cover will be re-worked and relocated to provide a shield for the new control panel and gage board.
(4) A warning and alarm indicator are required with audible signal device to alert operator to changes in the system status.
v) The existing Motor Control Cabinet (MCC) in the test cell is to be modified to replace the existing Tool transformer with an enclosed transformer, to be mounted adjacent to the MCC. The larger transformer is to provide improved power quality for the instrumentation.
vi) New sensors for the monitoring of system pressures. Sensors will be provided for the Test Fluid Supply pressure, Supercharge pump discharge pressure, Pump Down pump discharge pressure and Main Pump discharge pressure.
(1) The existing bulk modulus cell is to be replaced with a strain gage type sensor with integral signal conditioning and transmits an appropriate signal to the control panel.
(2) The remaining new pressure sensors are industrial process type sensors and are added corresponding to the gages G-1, G-2 and G-5, to allow automatic control and monitoring of these pressures.
vii) New Electrohydraulic valves will be provided for replacement of manual controls RRC-1 and the Servo Valve for remote setting of the Pump Down and Intensifier Supply Pressures from the controller. Manual Regulator RRC-2 is retained to provide a backup pump relief pressure limit.
(1) An electro-hydraulic valve will be provided to replace the manual control RRC-1. It allows the regulator RR-1 to be set remotely via a 4-20mADC signal from the new programmable controller.
(2) An electro-hydraulic valve will be provided to replace the existing Abex Dennison Servo Valve used to control the system pressure. The new valve will be controlled by a motion control module receiving commands from the new programmable controller via a 4-20mADC signal, replacing the existing Abex Dennison electronics, solenoid driver and the servo valve. The motion controller will include an Ethernet communication interface, to enable settings for other functions such as maximum pressure limit and ramp time, and monitoring of operating parameters.
viii) The Chart Recorder, gage G-4 and the associated hand valves X-1 and X-2 are not required in the upgraded controls. Pressure displays will be on the electronic operator interface terminal in the new panel.
ix) Programming Services - The function of the control system is to automate the testing process, sequencing the equipment and collecting operating data during the test cycle.
(1) Programming is provided to operate the hydraulic power unit and intensifier. Selection of test sequence including test pressure, overpressure release, dwell time, cycle rate, etc. are entered via the operator interface terminal.
(2) Logic is added for overpressure shutdown and Overpressure Release Valve operation.
(3) Cycle counts are accumulated and recorded as defined by the governing documents listed, ITOP 3-2-829, and STANAG 4110.
(4) Pressure versus time for test supply pressure is logged to the operator interface memory and is displayable in a trend chart. Stored data can be archived for record or data manipulation remotely.
x) A manual Emergency Stop push button is provided to initiate shutdown, stopping all pump motors and relieving supply pressures.
xi) A Test Cell Access Door Closed Interlock Switch will be added to the system. The switch provides door closed indication and a remote operated electric lock. Release of the test cell door closed switch while the test is in progress will also initiate a system shutdown.
xii) A watchdog timer is added to the system to monitor the controller and stop the process if the controller does not update within a time limit.
xiii) Installation services to remove the existing gage board and other items to be replaced and installation of the new material, excluding ultra-high pressure piping and connections. Disposal of removed material is by others.
xiv) Technical services for commissioning the revised system, functional testing and training.


This announcement constitutes an official Request for Information (RFI). Any information or brochures submitted will be used for planning purposes only and shall not be considered as a Request for Proposal or as an obligation on the part of the Government to purchase a technology. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract (see FAR 15.201(e)). No funds have been authorized, appropriated, or received for this effort.


 


Responses:


Interested organizations should submit a tailored capability statement for these requirements that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Responses will be reviewed only by ARDEC personnel and will be held in a confidential manner. The capability statement shall include system specifics including documented past performance history of manufacturing and fabricating the proposed material as pressure vessels. Response should identify their current business structures: (a) Name of Company-including contact person's name, company address, telephone numbers (voice and Fax), email address; (b) Company size (i.e. Large, Foreign, Small, Small Disadvantaged, 8(a), Women-Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-Owned Small Business, or Service Disable Small Business). Identify current products that are available commercially or can be modified to meet the requirements as described above. Submitted documentation will not be returned. Any and all information provided shall include a description of the proposed technology specifics including technology capabilities and relevant applications.


Submission Information:


Responses to the RFI must be received no later than COB 1600 EST on 10 April 2017 via email. Interested firms should provide their address, point-of-contact with telephone number and e-mail address. The Point of Contact for this action is Giuseppe Tropiano, Contract Specialist, U.S. ACC-NJ-ET, Bldg. 40 Watervliet Arsenal, NY 12189; email: giuseppe.tropiano.civ@mail.mil NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to Giuseppe Tropiano at giuseppe.tropiano.civ@mail.mil.


 


Giuseppe Tropiano, Phone 5182665094, Email giuseppe.tropiano.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP