Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

35 -- Antilock brake system (ABS) & Traction Control (TC) Dynamic Test System

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700403Q0060
 
Response Due
9/19/2003
 
Archive Date
10/19/2003
 
Point of Contact
SSgt Fails C. M (229) 639-5768 SSgt Fails, C. M. (229) 639-5768 GySgt Mohead, K.M Fax number (229) 6396-6791
 
Description
GySgt KM Mohead, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and Defense Acquisition Circular 91-13. This action is set aside for small business. The NACIS is 333319. This solicitation contains (1) CLINs with the purpose of issuing a firm fixed-price contract. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following item: CLIN 0001: (1) Antilock Brake System (ABS ) and Traction Control (TC) Dynamic Test System.The system shall dynamically test brakes, traction control and antilock brake systems on vehicles with up to 30,000 lb axle loads. The test function must check the function of individual wheel speed sensors, ABS valves, automatic traction control (ATC) valves, ABS and ATC warning lights and wiring harnesses. The test must also confirm proper communication between the ABS ECU and the engine ECU and the retarder relay. The system must prompt the operator with step by step instructions each step of the way through the test and must indicate ?pass? or ?fail? at the end of the test. The system shall automatically provide a printout of the results indicating which brakes and which ABS components, if any, are defective or fail to meet predetermined performance requirements. The printed report format shall provide for entry and display of data unique to the operator, vehicle and work order. It must be possible to perform a complete brake, ABS and ATC test within two minutes per axle using an operator with a minimum level of training and skill. The system must be able to run automatically with the operator only having to drive the vehicle and apply the brakes. It must also be possible, if desired, to control all functions of the tester with a wireless remote control while sitting in the normal driving position. The remote control shall be supplied with the system. The contractor shall supply a complete set of installation drawings and any frame/s, structures or hardware items required for installation. The system must be capable of measuring, recording and printing brake forces of up to 7,000 lbs. per wheel with an accuracy of within 2.5 %. The coefficient of friction of the surface generating brake force must be at least 0.7 dry and 0.6 wet with a typical commercial vehicle tire. The overall width of the test area upon which the tires rest must be at least 130 inches. The development and measurement of brake forces shall be a continuous process that can be terminated by the operator when it is clear that maximum brake force has been developed. The tester must shut off automatically and store the maximum brake force if wheel lockup occurs. Left and right brake forces must be displayed directly, in real time in a manner that can be observed by the driver. Digital displays of percent difference in left and right brake forces, and equivalent deceleration must also be provided on the driver display. The system must be capable of measuring, recording and displaying rolling resistance of each wheel without the brake applied in order to check for dragging brakes and defe ctive wheel bearings. A desktop PC and ink jet printer must be supplied with the system. Operator access to the PC shall be password protected. System setup shall be via a password-protected set up utility. All system software must be able to run under Windows 98, 2000 or NT on a standard PC. The interface between the tester and the PC must be via standard RS-232 serial ports. The system must run on three-phase electrical power (208, 240, 480 or 600v). The Contractor shall provide a parts and labor warranty for no less then one year or longer. Delivery, setup and one day of training shall be provided with the tester. Telephone support to answer questions about operation of the hardware and software shall be provided at no charge for the life of the tester. With the exception of the computer and printer, the system shall be suitable for out of doors and below grade installatio n. Acceptance testing shall consist of the completion of three successful test cycles during which the tester demonstrates it ability to identify a fault. All components used in the control system shall be of current manufacture and readily available on the commercial market. The contractor shall provide all software licenses, one copy of all commercially available software and three copies of all developed software. Contractor shall set-up, provide training and deliver to building 2200, MCLC Albany Ga 31704. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR Clauses/Provisio ns apply: 52.252-1, Solicitation Clauses Incorporated by Reference; 52.212-2, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with authorities and remedies; 52.225-1, Buy Am erican Act ? Balance of payments program - supplies; 52.225-13, Restrictions on certain foreign purchases and; 52.232-33, Payment by electronic funds transfer - CCR); 52.243-1, Changes; 252.212-7000, Offeror Representations and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.205-7000, Provision of Information to Cooperative Agreement Holders); 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the i nformation contained in 52.212-3, Evaluation ? Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 19 September 2003, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Command, Albany, GA, Contracting Dept.
 
Record
SN00432582-W 20030913/030911213548 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.