Skip to main content

An official website of the United States government

You have 2 new alerts

AC Dynamometer

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 29, 2024 02:11 pm EDT
  • Original Response Date: Aug 09, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6695 - COMBINATION AND MISCELLANEOUS INSTRUMENTS
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:

Description

  1. Introduction - In accordance with FAA Acquisition Management System Section 3.2.1.2.1, the FAA William J Hughes Technical Center for Advanced Aerospace, Atlantic City, NJ is posting this Request for Information to identify interested parties that can deliver and install an AC Dynamometer System that can absorb rotational loads from aircraft engines up to 1000hp and 3500lb-ft of torque at engine speeds up to 3000RPM. The dynamometer must provide constant torque and constant power throughout a range of RPM. The system must have bi-directional capabilities with the installation in a regenerative configuration. All necessary software, user operator/maintenance/calibration manuals, spare parts list, illustrated parts breakdown, and installation drawings are required as well as commissioning, safety, start-up, and operation training.

The dynamometer must meet the following specifications:

Maximum Power: 1000 hp ± 25 hp

Maximum Torque: 3500 lb-ft ± 100 lb-ft

Maximum Rotational Speed: 3000 RPM + 500 RPM / - 100 RPM

Constant Torque Range: 0-1500 RPM ± 100 RPM

Constant Power Range: 1500-2500 RPM ± 100 RPM

Rotation Direction: Bi-Directional

  • Electrical Requirements

All electrical components must be packaged enclosed in a power distribution panel and must include thermal and electrical overload protection. The AC Dynamometer System must be operating on standard 480 volt 3-phase power. All electrical components and wiring must conform to National Electrical Manufacturers Association Standards. All wiring must be clearly labeled and identified with wires and terminals labeled to correspond to the electrical schematic.

The system must provide electrical and thermal overload protection for individual circuits and components. The system must be installed in a regenerative configuration.

  • Cooling

The AC Dynamometer can may be liquid or air-cooled. The facility in which the system will be installed has a process water system with hookups at the installation location. If the vendor proposes an air-cooled system, it must be self-contained as the FAA will not be providing blowers to remove heat from the system.

  • Interface

Must provide :

1.A matching driveshaft rated to 3500 ft lbs of torque.

2.Floor mounted driveshaft guard.

3.An adapter plate kit.

  • Available Space Dimensions

The available floor space for the AC Dynamometer, not including the driveshaft, is 5ft x 5ft.

  • Controls

AC Dynamometer System controls must be integrated into the FAA’s existing power amplification Unit.

  • Software

All system software must comply with requirements specified within Department of Defense Instruction 8500.01, Cybersecurity and be compatible with Microsoft Windows 10 Professional.

2. General Information -

The acquisition strategy for the procurement has not been determined at this time; however, either an unrestricted competition or a set-aside will be chosen depending on the responses to this Sources Sought Notice]                                                                           

This is not a Screening Information Request or Request for Proposals of any kind;

  • The FAA is not seeking or accepting unsolicited proposals;
  • The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and
  • Any costs associated with the market survey submittal are solely at the interested vendor’s expense.

3. Submittal Requirements

  • Equipment Description, including manufacturer name and part number, of the dynamometer your firm can supply and indicate whether the equipment is currently listed in a GSA Schedule. If so, please provide the GSA contract number.
  • Business Size (Large or Small) -If small please indicate if your firm is a Socially and Economically Disadvantaged Small Business (8(a) Certified), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business, Small Disadvantaged Business, Women Owned Small Business, and/or Economically Disadvantaged Women-Owned Small Business.

4. Delivery of Submittals: all submittals in response to this market survey must be received by 5:00 pm EDT 09 August 2024.

5. Other: Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the vendor. Such information will not be disclosed outside of the acquisition team.

Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS).

Contact Information

Contracting Office Address

  • ACQUISITION GRANTS, AAQ-600 ATL.CITY INTL AIRPORT, BLDG 300
  • ATLANTIC CITY , NJ 08405
  • USA

Primary Point of Contact

Secondary Point of Contact





History