Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

52 -- Engine Dynamometer

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
WC1SH3633BL64A
 
Response Due
9/27/2007
 
Archive Date
11/26/2007
 
Point of Contact
Jeffrey Roberts, 907 384-7104
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) WC1SH3633BL64A. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 (iv) This acquisition is being issued as a Sole Source procurement to Froude Hofmann Inc. The associated NAICS code for this acquisition is 334519. (v) LINE ITEM Contract Line Item Number CLIN 0001, one each, 3000SG Dynamometer  Portable diesel dynamometer capable of testing diesel engines up to 1,500 horsepower. Dynamometer can be portable or fixed base depending on ancillary equipment. Dynamomete r mounts directly to the engine bell housing for quick connection and space utilization in the portable application. The dynamometer is capable of mounting to engines with SAE 1 - 4 bell housing and 0 and 00 bell housings with the AD-2000 adapter. This d ynamometer can also be used in conjunction with the IFA-D2000 in frame adapter for engine testing without removing the engine in certain applications. CLIN 0002, one each, TDA-3000  Torsional damper assembly includes adaptation from the dynamometer to the engine flywheel adapter. Includes flex coupling to protect the dynamometer from engine vibration and torsional spikes. Includes cover to protect dyn amometer user if the flex coupling should fail and various hardware to connect the dynamometer to the engine. CLIN 0003, one each, TMS-02  Includes servo controlled dynamometer and throttle control systems that can be used either in automatic testing or manually. The system consists of T type handles with fine control knobs for precision control of dynamometer a nd throttle, servo amplifiers, harnesses to connect complete systems, actuator for the dynamometer load and actuator for the throttle control. A 20 foot cable is provided to connect the actuator to the engine throttle. CLIN 0004, one each, CT-104  Cooling column that functions as a radiator for the engine. The cooling column will maintain engine water temperature at 185 degrees Fahrenheit. CLIN 0005,one each, EC-02 Engine Cart  Universal engine cart includes 5005 SAE Adapter and wheel guides for proper alignment to Mini A frame CLIN 0006, one each, 47300 Mini A Frame to hold dynamometer when it is not in use. CLIN 0007, one each, 50156-XX Engine flywheel adapter, customer must specify engines. CLIN 0008, one each, GPS-5000V2 Data Acquisition System with the following features: 1) 10 Analog input channels for 0 -10 V signal input; 2) 3 Analog input channels for 0  40 mili-volt input signal; 3) 16 K-Type thermocouple input channels; 4) Go-Power Dynosoft software; 5), operating on computer with Windows XP Professional; 6) Dynosoft will provide data in either table or graph format and export data via file transfer; 7) Includes control software for TMS-02 system 8) Complete computer package with printer, mouse, tower and in cell box; 8) 25 foot connection cable from computer to in cell box; and 9) DVD/CD/RW, 17 flat panel display CLIN 0009, one each, IKIT-004 Provides shielded torque and rpm harness with proper connectors for the strain gauge load cell, mag sensor and GPS-5000V2 data acquisition system CLIN 0010, one each, EC-01 Interface Option for J1708 or J1939 electronic engine signals CLIN 0011, one each, 832021-30 K type thermocouple with three piece design, includes 6 probe and proper k-type connector for the GPS-5000V2 system. CLIN 0012, one each, 7306720-30 Pressure transducers for oil pressure with 30 foot harness if required CLIN 0013, one each, 7306711-30 Pressure transducer for turbo boost with 30 foot harness is required ClLIN 0014 On Site Training provide between Monday and Friday for the appropriate number of training days (maximum of eight work hours training per work day) of on-site training by a factory/company technician at Fort Richardson, Alaska coordinate with customer 14 days in advance of proposed training time. (vi) Purchase of Engine Dynamometer. (vii)FOB Destination: delivery to Fort Richardson, Alaska by October 31, 2007. (viii)The following provisions apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JAN 2006) (ix)FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and ot her factors considered. The following factors shall be used to evaluate offers: Price will be a more significant evaluation factor than technical, availability and past performance combined. However technical capability of the item offered to meet the Gove rnment requirement, availability, and past performance will be weighed in conjunction with price (x) All offers must include a completed copy of the provision at FAR 52.212-3 offeror representations and certifications--commercial Items (JUN 2006) or be completed on the ORCA website. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (SEP 2005), (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive OrdersCommercial Items (SEP 2006), (xiii) 52.203-3  Gratuities, 52.203-6 -- Restrictions on Subcontractor Sales to the Government Alternate I, (Oct 1995). 52.204-7 -- Central Contractor Registration, 52.214-21 , Descriptive Literature, FAR 52.222-3, Convict Labor (JUNE 2003), FAR 52.222-1 9 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002), 52.222-35 -- Equa l Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers With Disabilities.52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003), FAR 52.247-34 F.O.B. Destination (NOV 1991), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7035 Buy American Act --Free Trade Agreements--Balance of Payments Program Certificate, 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006), DFAR 252.204-7003 Control Of Governmen t Personnel Work Product (APR 1992), DFAR 252.232-7003 Electronic Submission of Payment Requests (MAY 2006), DFRA 252.243-7002 Requests for equitable adjustment. DFAR 252.232-7010 Levies on Contract Payments (DEC 2006), DFAR 252.243-7001 Pricing of Contra ct Modifications (DEC 1991 DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country) (Xiv)The full text of clauses and provisions can be accessed at the following web addresses: www.acqnet.gov/FAR and www.acq.osd.mil/dpap/dars/dFARs/index.htm (xv) No applicable number notes (xvi) All offers are due no later than 1:00 PM, Alaska Time, 27 September 2007 via fax (907) 384-7112 or email to jeffrey.c.roberts1@us.army.mil . Offers received after the exact time specified in the solicitation are considered late and may be considere d if the action would not unduly delay the acquisition. (xvii)For further information contact Jeff Roberts @ (907) 384-7104.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01420266-W 20070927/070925224854 (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.