Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

20 -- Dynalco RECIP-Trap 9260/DR and Training

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-07-Q-60674
 
Response Due
9/2/2007
 
Archive Date
9/17/2007
 
Description
The U.S. Coast Guard Engineering Logistics Center has a requirement to procure the following equipment and services with an option for increased quantities: (1) Dynalco Controls Recip-Trap 9260/DR/RTwin Version 9.2, Part No. 90272, Manufacturer: Dynalco Controls, with the following salient characterics: 4 channel, reciprocating engine mechanical condition and performance analyzer/data collector with rotating equipment vibration analysis capabilities. The unit tracks crankshaft rotation and each channel is capable of measuring/displaying/storing dynamic pressure, vibration and ultrasonic data from the supplied transducers. One channel displays and stores IR skin temperature measurements. The RT-WIN software 9.2 provides complete data display, trending and reporting capabilities once the data is dumped from the 9260/DR to the Software Support package (SSP). Technical documentation, software and hardware maintenance support, equipment calibration and basic set-up training shall be included as part of this line item. (These traps are designated for MAT Key West, FL; MLCPAC, Oakland, CA and NESU Honolulu, HI. Each system shall include: Marker Kit: BETA-LINK with charger, magnetic pickup with trigger module (signal conditioning unit), high intensity timing light, and all cables; Power cylinder pressure kit: Two (2) 5000 psi DC Aqua-Probes and cables; Vibration Kit: Accelerometer, Two (2) magnet mounts, probe tip, channel-lock pliers, and cables; Ultrasonics Kit: Ultrasonic probe with adjustable gain, and cable; Temperature measurement kit: temperature probe, retractable cable; Tool Kit: Allen wrench (with handle), pump wrench, flex wrench; User Manual Training: 2-Day On-site Set up Training - Up to Five students Training. This training will be provided at the time of delivery of the diesel traps. Spare Li-ion battery with charger and cables; Carrying Kit: Trap Sleeve with two straps and soft-side carrying bag; Qty. 3 each, (2) Spare Parts Kit to include 1 each of the following parts: Accelerometer, Part No. 02128; Programmed Flash Cards, Part No. 16293; 8' Accelerometer/UT cables, Part No. 26383; 5' DC Aquaprobe cables, Part No. 26339; Sensors Optical Eye, Part No. 26447; Encoder: Magic Arm Kits, Part No. 16188, Qty. 3 Kits; Brand name is mandatory. (3) On Site Training for 15 students, to be held at government facility in Alameda, CA. Training to include basic and intermediate study of mechanical condition and performance analysis as well as combustion characteristics and power balancing diesel engine mechanical condition and performance analysis. Delivery is 30 days after receipt of award. It is the government's belief that only Dynalco Controls and/or their authorized distributors can provide Reci-Trap Model 9260/DR Engine Analyzer and spare parts. Technical data and/or drawings pertaining to these traps are proprietary to Dynalco Controls or their authorized distributors. Additionally, other potential sources desiring to furnish other than Dynalco Controls Recip-Trap Model 9260/DR/RTwin Version 9.2 Engine Analyzer are required to submit the following information within 5 calendar days from the day this notice is posted: 1) Complete and current engineering data to demonstrate the acceptability of the offered item (i.e. salient physical, functional, and serviceability characteristics, or 2) Data that the offered part has been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the information relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. The submission of this data for review shall not impede award of this contract. The Government does NOT intend to pay for information solicited. NAICS 333618. Quotation No. HSCG40-07-Q-60674 will be posted on or about 22 August 2007. It is the contractor's responsibility to check FedBizopps on a regular basis for the solicitation and any amendments issued. See Numbered Note 22. This synopsis is issued pursuant to FAR 6.203-1 and HSAR 3006.302.1.
 
Record
SN01379348-W 20070823/070822065221 (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.