Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

36 -- Actuators

Notice Date
9/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command (Warren), TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
TARDEV15008
 
Response Due
9/25/2008
 
Archive Date
11/24/2008
 
Point of Contact
gregory pollard, ( 5856)574-7083<br />
 
Small Business Set-Aside
N/A
 
Description
I.INTRODUCTION A.This is a combined synopsis/sole source solicitation (request for proposal) for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 5.2, as supplemented with additional information in this notice. This announcement constitutes the only solicitation. Offers are not being requested from anyone other than the sole source identified below,and no other solicitation will be issued. B.The solicitation number is: TARRES-150-08 C.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005 26 Effective 12 Jun 2008. D.The associated North American Industrial Classification System (NAICS) code applicable to this acquisition is 334519, corresponding to a size standard of 500 employees for small business qualification. E.Basis for award The US Army TACOM-LCMC intends to solicit and negotiate soley with MTS systems Corporation for the purchase of Hydraulic actuators. The statutory authority permitting other than full and open competition 10 U.S.C. 2304(c)(1), FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive quotation however, any quotation received one (1) days of the issuance of this notice will be considered by the government. A determination by the government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. MTS systems Corporation is the only known manufacturer that can provide this type of system with the appropriate specifications required by the Army. All inquires shall be submitted electronically to the POC listed below. F.This acquisition is not rated under the Defense Priorities and Allocation System (DPAS). II. GENERAL A.The United States Army Tank and Automotive Research, Development and Engineering Center (TARDEC) in Warren, Michigan has a requirement for the following actuators as described: C.2Scope of Work C.2.1The Contractor as an independent contractor and not as an agent of the Government shall provide the personnel, property, and services described herein. The Contractor shall design, fabricate, and evaluate four (4) new Actuators as described herein. C.2.2The Contractor shall host a Critical Design Review (CDR) at the Contractors facility, and shall coordinate a suitable work schedule with the COTR. C.2.3The Contractor shall formulate a Test Acceptance Plan (TAP) with the COTR to meet requirements described in C.3. The Contractor shall conduct the TAP within TACOM facilities to verify the operation and performance of the actuators. C.2.4Upon completion of the actuators detailed design, the Contractor shall provide the Government with the recommended spare parts list, which includes part numbers, quantities, commercial sources, and estimated cost of the design items. C.2.5The Contractor shall provide the Government with detailed engineering drawings. This drawing package shall provide sufficient data describing the major components, performance, assembly, and installation of the Actuators. C.2.6The Contractor shall provide the Government with monthly status reports. C.3Description C.3.1An Actuator shall be defined as a linear hydraulic servo actuator. The Actuator shall be a sturdy, accurate, and reliable force-generating and positioning device. It shall perform under precision servo-valve control specifically designed and constructed for the vibration testing of military vehicle components and whole-vehicle structures. C.3.2The evaluation programs under which the Actuators will be employed are long-term programs, and, thus, require the Actuators to maintain a long life cycle. The Actuator shall function in accordance with the performance specifications contained herein when interfaced with a hydraulic power source of adequate flow capacity, with an oil viscosity of 150 SSU at 100 degrees Fahrenheit, C.3.3The Actuator shall be double-ended with an equal effective area on both sides of the piston to produce the same force in both directions. C.3.4The normal mounting position of the Actuator shall be vertical. That is, the rod shall vertically extend and retract, but shall not be restricted from doing the same in any other mounting position. The lower end shall have a rigid orthogonal and anchoring capability. C.3.5The Actuator shall have precision position transducers within a protective enclosure that are mounted in a manner that permits adjustments and replacements without disturbing or removing hydraulic lines and/or rod end specimen attachments. C.3.6The total length of the Actuator from the floor (including base plate) to the top (with the rod fully retracted) shall be 69 inches. C.3.7The Actuator shall be furnished as a complete integrated assembly. It shall be wired, flushed, and tested for conformance to the requirements specified herein. Since the Actuator will be servo controlled, it shall maintain a superior level of cleanliness, at a nominal impurity level of ten (10) microns or better. C.3.8The Actuators operation shall be managed by MTS FlexTest controllers. C.4Performance: Servohydraulic Actuator: This describes a custom actuator with oversize rod design to accommodate large expected side loads. Actuator Assembly to include the following features: " 38.3 kip load rating at 3000 PSI " 23 inch static stroke " 20.50 inch dynamic stroke " 6 inch diameter Piston rod " Pedestal Base Mount with Spherical Swivel mount " Delta P Stabilization " Close-coupled accumulators mounted to SV manifold " SV Manifold ported to accept 3-Stage Servovoalve " MTS 250 GPM Servovalve " End of piston rod to be drilled and tapped with to accept 4 NFT C.5Documentation C.5.1In quoting the Actuator and its accessories, the Contractor shall provide evidence of compliance with the requirements of each paragraph in this specification by a written document which references its attached descriptive literature. No deviation shall be made without the written approval of the Contracting Officer. C.5.2The Contractor must certify the performance of each Actuator. The Contractor shall furnish the following certified graphs and strip charts with delivery of supplies: C.5.2.1A certified, permanent, double-amplitude sinusoidal plot of rod displacement versus frequency ranging between 0.1 to 100 Hertz. C.5.2.2A certified, permanent strip chart recording of rod displacement versus time for the maximum rated Actuator velocity. C.5.2.3Each performance certification graph must include title, date, identification of axes, scale factor on axes, Actuator model and serial number, identification of hydraulic oil, service and test viscosity of hydraulic oil, service and test temperature of hydraulic oil, service and test pressure of hydraulic oil, and direction of displacement. C.6Linear Variable Differential Transformer (LVDT) C.6.1Each Actuator shall include a Linear Variable Differential Transformer (LVDT) precision position feedback transducer within a protective enclosure. C.6.1.1The LVDT shall be applicable to the build Actuator. C.6.1.2The LVDT shall operate between -25 degrees Fahrenheit to +200 degrees Fahrenheit, and shall have a core shaft that is detachable from the Actuator. B.All inquiries must be for FOB destination and be received by TACOM no later than 12:00 P.M (noon) EST, 25 September 2008. Email quotations to gregory.pollard@conus.army.mil. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required in the Central Contractor Registry (CCR) database prior to receiving an award of a contract. Refer to website www.ccr.gov for registration information. C.Questions are requested via email, addressed to Todd Pollard at gregory.pollard@conus.army.mil. III.SOLICITATION PROVISIONS AND CONTRACT CLAUSES. The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: 52.204-7, CCR Registration 52.212-1, Instructions to Offerors -- Commercial Items. 522.212-2, Evaluation-Commercial Items. 52.212-3, Offeror Representations and Certifications -- Commercial Items. 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Items 16, 17, 18, 19, 21, 22, 29, 34) 52.232-33, Payment By EFT 52.232-4000, Contracting Officer's Authority 52.232-4004, Prompt Payment 52.247-34, F.O.B. Destination 52.252-2, Clause Incorporated by Reference 52.9999-4300, Marking of Shipment 52.9999-5001, State & Local Taxes The FAR and complete text of these clauses can be accessed at: http://farsite.hill.af.mil The following clause from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: 252.204-7000, Disclosure of Information 252.225-70001, Buy American Act 252.232-7003, Electronic Sumission of Payment Requests
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae26d6de16de6e996bf1c7837e985c2d&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-ASRB, E Eleven Mile Road Warren MI<br />
Zip Code: 48397-5000<br />
 
Record
SN01681133-W 20080926/080924224054-ae26d6de16de6e996bf1c7837e985c2d (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.