Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOLICITATION NOTICE

49 -- Transmission Dynamometer

Notice Date
12/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L08T0012
 
Response Due
1/2/2008
 
Archive Date
3/2/2008
 
Point of Contact
Rosie Logan, 580-442-5204
 
E-Mail Address
Email your questions to ACA, Fort Sill
(annette.logan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. CLIN 0001:TRANSMISSION DYNAMOMETER ; unit price _______________ x 1 each = extended price ______________ PRICE TO ALSO INCLUDE: *ONE (1) TRAINED FIELD SERVICE TECHNICIAN TO: --OVERSEE THE INSTALLATION --PERFORM INITIAL STARTUP --PROVIDE TRAINING FOR UP TO FOUR (4) CUSTOMER PROVIDED OPERATORS *ESTIMATED TIME SHALL BE FIVE (5) WORKING DAYS (WEEKENDS & HOLIDAYS EXCLUDED) *CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRAVEL, LODGING & ASSOCIATED EXPENSES. FOB: Destination SPECIFICATIONS FOR DYNAMOMETER Transmission Dynmometer that will test all military transmissions. Can test in-line, Cross drive, and power shift transmissions whether automatic or manual. Can also test hydraulic pumps, motors, valves and cylinders up to 6 inch diameter. & 96 inch long using up to 5 GPM at 5000 psi. Dual dynamometer load unit. work support sump that utilizes I-Beam Construction to provide the sturdiest structure, which also doubles as an oil spill basin with its own pump and filter system to return the oil to the main re servoir. Heavy duty support system. Can test the non-self-contained transmissions found in earthmoving equipment. Must have soundproofing material applied to dynamometer. Must be able to upgrade for new equipment. Must be able to test Allison Military Tran smission AT, MT, HT. The Electrical requirements should be for 208/480 V, 60hz. Pricing shall include tranining & installation of the equipment. Some examples of military vehicles to be tested include but are not limited to: HEMTT- Heavy Expanded Mobility Tactical Truck (M985) HEMTT WRECKER ?(M984A1) PLS---PALLETIZED LOADING SYSTEM M88A1--RECOVER VEHICLE M1A1--ABRAMS BATTLE TANK HET--HEAVY EQUIPMENT TRANSPORT TRUCK ( M1070) The following provisions and clauses apply: 52.204-7, 52.211-6, 52.212-1, Instructions to Offerors, Commercial Items; 52.212-3, Offeror Representations and Certifications, Commercial Items (NOV 2007) must be completed and submitted with the offer; 52.212-4 , Contract Terms and Conditions, Commercial Items; Addendum to 52.212-4,52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (including 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52 .222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.232-33, 52.225-13, 52.232-36, Reference 52.232-36, paragrah (g) The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC).; 52.247-34, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 52.203-3, 252.225-7001, 252.22 5-7012, 252.232-7003, 252.243-7002, 252.247-7023 with Alternate III); 252.204-7004, Required Central Contractor Registration; The following provisions and clauses also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions I ncorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, www.farsite.hill.af.mil; The government will evaluate quotes in response to this request and award a purchase order/contract to the responsible offeror w hose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with pr ocedures in FAR 13.106-2(b). NOTICE OF TOTAL SMALL BUSINESS SET ASIDE: Offers/bids are solicited only from small business concerns. Offers/bids receiv ed from other than small business concerns shall be considered non-responsive and will be rejected. Invoices must match purchase order/contract in description and unit of issue. Invoices must include complete mailing address, complete contract/purchase ord er number, description, price, and quantity, payment terms, point of contact and phone number for notification in case of defective invoice. Any questions are due by 12:00 noon December 13, 2007. Questions should be emailed to annette.logan@us.army.mil. Of fers are due at the ACASR, Directorate of Contracting, SFCA-SR-SI, PO Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 4:00 PM CST January 2, 2008. Fax or email transmissions of quotes shall be accepted, fax number 580-442-3819 and email address is anne tte.logan@us.army.mil or lisa.g.slagle@us.army.mil. All responsible sources may submit a quote which shall be considered.
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN01462213-W 20071205/071203225945 (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.