Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

30 -- Transmission Dynamometer and Valve Body Test Stand.

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Pennsylvania, USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W25KYD8058N504
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
Michael V. Brown, 717-861-6872<br />
 
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. The Pennsylvania National Guard has a requirement for vehicle testing equipment for the support of mission functions at its Combined Support and Maintenance Shop (CSMS), Fort Indiantown Gap, Annville, Pennsylvania. The Solicitation Number is: W25KYD8193N502. The Solicitation is issued as a Request for Quotation (RFQ). Quotations are due on Monday, September 8, 2008 at 1300 HRS (1:00 pm) EST at DMVA, Bldg. 0-48, USPFO-PA, P&C, Attn. M. Brown, Room 242, FTIG/Annville, PA 17003-5003. Quotations may be submitted by e-mail at: mike.v.brown@us.army.mil. Questions concerning this solicitation may be addressed to: Michael Brown, Contracting Specialist (717) 861-6872, mike.v.brown@us.army.mil. It is anticipated that an award determination will be made by Thursday, September 11, 2008. NAICS Code is: 334519. The small business size standard is 500. This solicitation is set-aside for small business participation in accordance with FAR 19.502-2(b). Evaluation will be based on the lowest price technically acceptable for the government. Accordingly, please note that, unless otherwise specified herein, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Vendor whose offer conforming to the solicitation presents the lowest technically acceptable price. FOB Destination, installed within consignee's premises. Offers submitted on a basis other than FOB Destination, installed within consignees premises, will be rejected as nonresponsive. The ship to location is CSMS-EAST, Bldg 10-101, Ft. Indiantown Gap, Annville, PA 17003. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. This RFQ has sixteen (16) line items, some with multiple items. A Firm Fixed Price (FFP) type purchase order is anticipated. ITEM 0001 Qty: 1; Transmission Dynamometer - Transmission Test Stand designed for the testing of automatic and power shift transmissions. Must be capable of performing the following tests: check shift points; set shift points; determine converter inlet & outlet pressures; measure output torque; monitor converter flow & temperature; check main, clutch and converter pressure; detect mechanical binding; check noise/vibration; identify clutch leakage; locate shaft seal leaks; downshift inhibitor test; full and closed throttle upshift and downshift test (loaded or unloaded). Stand should be capable of directly mounting transmissions with SAE #1 flange. Unit must be capable of simulating full or closed throttle conditions, as well as, the restriction experienced by transmission oil as it flows through a vehicles cooling circuit. Unit should include a sound deadening feature. While there is no name brand specified, the unit shall be equal to or better than AIDCO Test Systems Model 450E with 150 HP (112kw) electric motor, variable input speed 0-4000 rpm, inclusive of mounted, wired and performance tested control voltage transformer. This AIDCO Test Systems model is provided as guidance on the minimum technical equivalent being sought. ITEM 0002 Qty: 1; Transmission Dynamometer Data Acquisition and Control System for use with ITEM 0001 Computerized data acquisition and control system to provide consistent, automated test results for electronically controlled transmissions. Capable of monitoring and recording speeds, torque, pressures, temperatures, flow rates & shift events. System functionality should ensure repeatability of test procedures, provide record of performance parameters exhibited during testing and generate reports. While there is no name brand specified, the unit shall be equal to or better than AIDCO Test Systems PowerNet TD (450-LT), inclusive of pressure transducers, temperature sensors, magnetic speed sensors, & input to interface with flow meter. This AIDCO Test Systems model is provided as guidance on the minimum technical equivalent being sought. ITEM 0003 Qty: 1; Set of SAE 1 Adapter Rings for use with ITEM 0001 - Set to consist of 3 pcs.: SAE #1 to SAE #2 adapter ring 1 offset; SAE #1 to SAE #3 adapter ring 1 offset; and SAE #1 to SAE #3 adapter ring 0 offset. ITEM 0004 Qty: 1; Allison Adapter Kit for use with ITEM 0001 - Drive and mount kit for Allison AT, MT and HT transmissions. Suitable kit should include appropriate adapters, drive plates, fittings and shifter. Adapter Kit is for the testing of AT540, MT640/643, MT650/653 and HT740/750. ITEM 0005 Qty: 1; Set of Output Flanges for use with ITEM 0001 - Output companion flanges for Allison AT, MT and HT transmissions. Flanges are for use in load testing. ITEM 0006 Qty: 1; Allison Adapter Kit for use with ITEM 0001 - Adapter Kit for Allison MD 3000 and HD 4000 series transmissions, to include MD and HD series main drive adapters, drive plates and output flanges. ITEM 0007 Qty: 1; GM Adapter Kit for use with ITEM 0001 - Adapter Kit for GM 4L80E and THM-400 transmissions. ITEM 0008 Qty: 1; Rotating Powered Adapter for use with ITEM 0001 - Power rotation and indexing adapter to allow 360 degree motorized rotation of transmissions. ITEM 0009 Qty: 1; Valve Body Dynamometer - Valve Body Test Stand for testing mechanical valve bodies. While there is no name brand specified, the unit shall be equal to or better than AIDCO Test Systems (AM0063) Model 255-Valve Body Test Stand. This AIDCO Test Systems model is provided as guidance on the minimum technical equivalent being sought. ITEM 0010 Qty: 1; Electronic Valve Body Adapter Kits Electronic valve body adapter kits for Allison Transmissions for use with ITEM 0009. Adapter kits for MD and HD series, together with any necessary plumbing kit for MD/HD valve bodies. ITEM 0011 Qty: 1; Electronic Shifting for Allison Transmissions. Electronic shifting for Allison WTEC II and III; electronic shifting for Allison Generation 4 3000/4000 series; and electronic shifting for Allison ATEC transmissions. ITEM 0012 Qty: 1; Electronic Valve Body Adapter Kit & Electronic Shifting Electronic valve body adapter kit for GM transmissions for use with Hydra-matic 4L80E and electronic shifting for Hydra-matic 4L80E. ITEM 0013 Qty: 1; Mechanical Valve Body Kits for Allison transmissions Mechanical valve body adapter kit for Allison AT, MT, HT and V730 transmissions and mechanical valve body adapter kit for Allison HT700 series and MT600 series transmissions. ITEM 0014 Qty: 1; Governor Test Kit Governor tester for mechanical valve bodies, should include fingertip control and digital tachometer. ITEM 0015 Qty: 1; Electronic Shaft Console for Allison transmissions Electronic shift console to contain pre-programmed transmission control modules for Allison HD 4560, MD 3070, MD 4560 and MD 4070 (Gen 4). Console should also include electronic shift capabilities for Allison CLT 755 (ATEC) and GM 4L80E. All harnesses required for testing should be included with this unit. ITEM 0016 Qty: 1; Three (3) days on-site labor to include: installation, commissioning & testing, and training of personnel (travel and lodging costs, if any, are the responsibility of the successful respondent). Responsive quotes shall address staging requirements and post-installation debris removal, if any. Responsive quotes shall provide warranty information for all items. Quotes will be evaluated on the basis of the evaluation factors listed in this solicitation and the information furnished by the vendor submitting the quote or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturers name, model number, and specifications for all items, including country of origin for any non-U.S. end-product, in your quote. By submission of a quote, the vendor acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. Responses to include vendors CAGE Code and estimated time to deliver and install ARO. The following FAR Provisions and Clauses apply to this acquisition: 52.203-3; 52.203-6 ALT I; 52.204-4; 52.204-7; 52.211-6; 52.212-1; 52.212-3; 52.212-4; 52.212-5; 52.219-6; 52.219-8; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.223-5; 52.225-13; 52.228-5; 52.232-36; 52.233-3; 52.233-4; 52.237-2; 52.252-2 (The website for the fill-in portion is http://farsite.hill.af.mil). Responsive vendors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, with any offer. The following DFARS Clauses apply to this acquisition: 252.204-7004; 252.209-7001; 252.211-7003; 252.212-7000; 252.212-7001 (DEV); 252.223-7006; 252.225-7000; 252.225-7001; 252.247-7023; 252.225-7012; 252.225-7014; 252.225-7015; 252.243-7002.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9b57ec871f68ac971e4f4db101b7243c&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA<br />
Zip Code: 17003-5003<br />
 
Record
SN01647156-W 20080823/080821221928-9b57ec871f68ac971e4f4db101b7243c (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.