Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
SOLICITATION NOTICE

49 -- Hydraulic Test Stand

Notice Date
6/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-04-Q-500023
 
Response Due
7/6/2004
 
Point of Contact
Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849, - Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849,
 
E-Mail Address
DHall@arsc.uscg.mil, CCox@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items 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 document will not be issued. HSCG38-04-Q-500023 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 01-23. The applicable NAICS number is 334519 and the small business size standard is 500 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The United States Coast Guard has identified the need to replace one (1) Each hydraulic test stand currently used for testing aircraft hydraulic components, such as servos, cylinders, valves, actuators, pumps and motors that are overhauled and supported by the US Coast Guard Aircraft Repair and Supply Center located in Elizabeth City, North Carolina 27909-5001. These specifications describe the minimum anticipated operational and performance requirements of the hydraulic power generating test equipment necessary to support the following Coast Guard aircraft: HU-25 Guardian, HC-130 Hercules, HH-60 Jayhawk, and the HH-65 Dolphin. Scope: The contractor shall provide a multipurpose hydraulic component test stand with a data acquisition system and capable of testing hydraulic components, under a variety of pre-selected pressure, flow, time and temperature conditions. The unit will initially be operated using MIL-H-5606 or MIL-H-6083 hydraulic fluid and shall be convertible to MIL-PRF-83282 fluid. The unit shall be installed and set up in component repair facility; electrical power requirements shall not exceed the currently available 480 VAC, 3 PH, 60 HZ circuit with 100 amps. (NOTE: 208 VAC is available) The contractor shall provide installation in a space designated by the POC at ARSC including electrical hook up in accordance with North Carolina code, technical documentation, on-site training, and technical support. Requirements: 1. The contractor shall provide a multipurpose hydraulic stand designed for testing aeronautical hydraulic components and equipment such as servos, cylinders, valves, actuators, pumps, and motors under a variety of adjustable pressure, flow, time and temperature conditions. 2.The hydraulic unit shall be capable of, and provide not less than the following: A. 0-40 gpm at 3,000 psi; B. 0-15 gpm at 4,500 psi; C. Static pressure not less than 10,000 psi (power assisted);D. Multiple high-pressure supply ports; E.Multiple low-pressure supply ports; F.Pump supply and return ports; G. Actuator control circuits; H. Actuator cycling valve and control circuits;I. Case drain circuit. 3.A Variable Drive Unit - Capable of 2500-12000 rpm and Speed sensor control. 4. The unit shall incorporate a data acquisition system-Capable of automatic recording multiple and variable pre-selected parameters for the following: A. 1). Pressure conditions,2). Flow conditions,3). Time conditions, 4). Temperature conditions; B. Capable of recording, storing and printing the conditions and testing results in a commercial off the shelf windows based computer program, including all computer hardware, software, and associated documentation. 5. System Requirements-A. Remote start/stop control; B. Manual/remote adjustable flow control-1). Output flow metering from 0-40 gpm dual range,2). Return flow metering from nominal to rated gpm, 3). Case drain flow metering from 0-8 gpm. B. Manual/remote flow bypass/shut-off control, .C. Manual/remote controls for high-pressure circuits,D. Manual/remote controls for low-pressure circuits, E. Manual/ remote adjustable pressure control, F.1). Return remote pressure adjustment from unrestricted to rated return pressure with pressure-monitoring gages for selected ranges., 2). Case drain remote pressure adjustment from unrestricted to rate case pressure with pressure-monitoring gages for selected ranges. G. Manual/ remote adjustable pressure relief. controls, H. Manual/ remote pressure bypass/dump control. 6. Operational requirements, A. Instantaneous flow rate changes based on load demand; 1). Demand shock loading (load on/load off), from 3 gpm and back to 3 gpm.; 2). While maintaining preset pressures.; B. Manual/remote oil temperature control system.; 1). Normal adjustable automatic operation from 120 degrees F to 180 degrees F.; 2). Manual override up to 240 degrees F. C. Reservoir capacity options from approximately 60-80 gal.; 1). Optimized for temperature control considerations.; 2). Minimized for fluid changes and hazardous waste considerations. D. System filtration requirements.; 1). Commercial off the shelf system components.; 2). Incorporates system pressure differential indicators and system auto-shutdown protection.; 3). Rated at not less than 5 micron nominal and 15 micron absolute.; 4). Includes patch filters for the component return and case drain circuits. Deliverables: 1. Integrated Hydraulic component test stand. - Hydraulic Unit; B. Variable drive control Unit.; C. Data acquisition computer hardware and control unit. 2. Hydraulic and variable drive technical documentation to be provided in a read/write format on CD. Optimal file formats for text and graphic object formats will be discussed, tested, and agreed to prior to the government accepting CD as final deliverable. ARSC Technical Publication Cell will evaluate all documentation deliverables and will determine with vendor technical staff the most optimal solution based on vendor’s existing software export features and the Coast Guard’s software import options. In addition ARSC will need one PDF copy of all documentation-A. Operator or Users Manual.; B. Maintenance Instructions Manual with the following: 1). Systems operation and component descriptions.; 2). Illustrated parts listing.; 3). Periodic maintenance, sparing and consumables list.; C. Fluid flow drawings, diagrams, and schematics.; D. Wiring diagrams and schematics. ;E. All associated component manuals including revision services.; F. All Service Bulletins including revision services. 3. Data acquisition technical documentation - A. Data acquisition system Users Manual: 1). Operation instruction manual, 2). System specifications and configuration requirements, 3). Systems interface and component requirements, B. System software and installation instructions. 4. Installation and initial setup services which will include loading and off loading of machine in a location designated by the POC at ARSC. 5. Onsite training at ARSC for no more than 10 employees; 6. Technical Support program or services. SUMMARY:1) The unit shall be MIL-H-5606 or MIL-H-6083 fluid compatible and shall be convertible to MIL-PRF-8382 fluid. 2). For planning purposes-Assumptions and exceptions: The test stand shall be installed in the component repair facility at ARSC, leveled and mounted as necessary, and Setup for operation as required. DIMENSIONS: The dimensions of the test stand, with all units combined, are expected as follows:1). Approximately 12-14 feet in length, 2). Approximately 6-8 feet in height, 3). Approximately 6-8 feet in width. GENERAL CONSTRUCTION expected is as follows: 1). Overall steel and stainless steel construction with removable, panels for equipment access and servicing. 2). Use of stainless steel rigid lines where possible, 3). Incorporates a work area with a scavenge sink/tray to catch overflow, bleed, and waste fluid for collection. ELECTRICAL POWER SUPPLY requirements shall not exceed the available 480 VAC, 3PH, 60Hz, 100 AMPS. circuit. (NOTE: 208 VAC is available.) The unit may interface with locally available shop air: rated at 90-100 psi. Recommended and optional chiller specifications, if required, for an integrated system heat exchangers shall be identified and priced: Recommended optional items shall be clearly and separately identified. Each optional item shall be separately priced. Specifications for recommended optional requirements shall include: 1). Make and model, 2). Type and rated BTU/Hr., 3). Temperature control and ambient air ratings and requirements., 4). Each type shall include appropriate flow and pressure (gpm, cfm,& psi) information as required. Inspection and Acceptance will be performed at destination by on site USCG AR&SC personnel. Quality Assurance Provisions: Provide information on Quality System such as ISO certification. Marking, Packing, and Preservation: shall comply with ASTM D 3951-98 dtd. 10 Nov. 1998, Commercial packing, Shipping and Storage Procedures. Delivery: Desired delivery is 30 October, 2004, however, offeror should propose his best delivery schedule. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers, and be registered with CCR. Drawings are not available and cannot be furnished by the U.S. Coast Guard. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2004), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror(s) proposing the best value to the Government considering technical acceptability, past performance, delivery and price with technical acceptability and past performance combined being significantly more important than delivery and price., FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) Offerors shall include a completed copy of this provision with offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003) with the following addenda: FAR 52.204-5 Women-Owned Business (Other Than Small Business)(May 1999), FAR 52.204-4 Printed or Copied Double-Sided On Recycled Paper (Aug 2000), FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999), FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.225-2 Buy American Act Certificate (June 2003), FAR 52.233-2 Service of Protest (Aug 1996), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.242-13 Bankruptcy (Jul 1995), FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998) and FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html ; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2004)(a) (b), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with ALT I (Oct 1995)(41 U.S.C. 253 and 10 U.S.C. 2402), FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 637(d)(2) and (3)), FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755), FAR 52.222-19 Child Labor – Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (DEC 2001)( 38 U.S.C. 4212), FAR 52.225-3 Buy American Act-Free Trade Agreement-Israeli Trade Act (Jan 2004)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pul.L. 108-77,1-8-78), FAR 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). Closing date for receipt of quotes is 6 July 2004, 2:00 p.m. EDST. For information regarding this request for quotation contact Denise Hall (252) 334-5323, e-mail dhall@arsc.uscg.mil or mail Denise Hall, Purchasing Agent, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to (252) 335-6849. Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, NSN, Unit Price, Extended Price, Delivery, F.o.b. Shipping Terms, Payment Terms and discount offered for prompt payment, and must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Jan 2004) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to dhall@arsc.uscg.mil or by calling the agency. NOTICE FOR FILING AGENCY PROTESTS. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external form. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date ( if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington D.C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/HSCG38-04-Q-500023/listing.html)
 
Record
SN00684899-F 20041001/040929213342 (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.