Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

49 -- Dynamometer Run-In for Fort McCoy, WI THIS SOLICITATION REPLACES W911SA-06-T-0122 ISSUED 9/19/06.

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-06-T-0126
 
Response Due
9/25/2006
 
Archive Date
11/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-06-T-0126 is issued as a Request for Quotation (RFQ) and is due by 1630 hours CST, 25 Sep 2006. This solicitation is set aside fo r small business participation under NAICS code 334519 with a small business size standard of 500 employees. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. CLIN 0001 1 each Quote pricing FOB Fort McCoy, WI. Dynamometer run-in, absorption momentum exchange waterbrake, direction of rotation right/left hand, torque transducer system hydraulic to 907.18 kgs/ft, 2712 NM, operating range to 4000 RPM, speed syste m magnetic pulse, adapter for SAE flywheel housings ? - 4, water inlet/outlet hoses with fittings, construction rotor and starter ductile iron, shaft heat treated high strength steel, mechanical shaft seals and lis seals, oil bath lubricated roller bearing s. Required Horse power rating of 800 HP, torque rating of 2000 LB. FT. Peak RPM of 5000 with 3500 RPM cont. Water cooling to wer, with capacity of cooling 800 horse power, with all related attaching hardware and fixtures. Also required are Amplifier, WA TER valve actuator, T-handle controller, harnessing, and throttle actuator with all related wiring and fixtures. Also required a flywheel adapter, input shaft adapter, pressure transducer, thermo coupler, fuelflow sensors, and input shaft adapters. Engine stand with universal SAE engine adapter. Wheel guide and cart locking device. Mini A frame for supporting dyno when not in use. Data Acquisition system to monitor the following-Engine RPM, Torque, Horsepower, Exhaust temperature Oil pressure, Oil tempera ture, Fuel pressure. NSN 4910-01-086-6766, Go Power PN DT2000 or equal. The full text of provisions and clauses incorporated herein may be accessed electronically at the following site: http://farsite.hill.af.mil/ and http://aca.saalt.army.mil/Library/Acq-Instructions.htm. The provisions at FAR 52.212-1, Instructions to Offer ors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Condi tions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Total Small Business Set-Asie; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registra tion. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001, Buy Ameri can Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea (Alt III). ACA AI clause 5152.233-9000 ACA Exec utive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered prod uct and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors complete mailing and remittance ad dresses, unit and extended prices per CLIN, discount terms, DUNS number, Tax Identification Number, and technical information displaying features of proposed equal for comparison to suggested product. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. In accordance with FAR 52.212-1(k), prospec tive awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer wi ll proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS numb er is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. Quotes may be submitted by mail, Email or fax. If you have questions, contact Kris Murray, Contract Specialist, kris.murray@us.army.mil. Tel ephonic requests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, no later than 1630 hours CST, 25 Sep 2006.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01148238-W 20060921/060919221000 (fbodaily.com)
 
Source
FedBizOpps 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.