Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

36 -- Upgrade dynamometer

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-09-R-5719
 
Archive Date
4/24/2009
 
Point of Contact
Robert M. Parvin,, Phone: 785-274-1944
 
E-Mail Address
robert.parvin@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 FAR subpart 12.6 as supplemented with additional information included in this notice. Simplified Acquisition Procedures will be utilized. This announcement constitutes the only solicitation and a written solicitation will not be issued. This is a small business set aside under NAICS code 334519. Solicitation reference number W912JC-09-R-5719 is issued as a Request for Proposal (RFP) for the upgrade of the KS MATES facility dynamometer which allows their organization the ability to test electric shift transmissions. This is a one-time commercial contract purchase for the upgrade from the Compudyne to the WinDyn model to include two days of onsite training. The OEM holds the proprietary technical specifications for this process and any company outside of the OEM submitting an RFP for the requested dynamometer upgrade must have rights to their own process. Upgrade: Compudyne to WinDyn 1.Remove old control and discard on site 2.Provide new pendant console and printer. 3.Attach new pendant console to dynamometer. 4.Install new WinDyn control boards. 5.Install new pressure transducers. 6.Modify torque block. 7.Install new temperature sensor in flow block. 8.Install magnetic pickup and gear to input motor. 9.Mark all wires. 10.Provide new wiring drawings. 11.Crating plus Freight. 12.Six days of onsite service. 13.Two days of onsite training. 14.All travel and expenses included in RFP. 15.Includes two (2) transmission test scripts. Schedule: Offerors shall submit a delivery schedule. Cost: Prospective Offerors shall submit a price proposal for the cost to provide the equipment and service as requested. Technical: Offerors must submit a complete technical data package addressing the testing process, inspections, and reports as referenced. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. Multiple awards will not be issued. This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-28 effective as of 12 Dec 2008. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offerors Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-6, Notice of Total Small Business Set Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222¬35; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50, Combating Trafficking in Persons 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer –Central Contractor Registration The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For questions please e-mail robert.parvin@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c5ca1384bed1b934a905ed136559ffc1&tab=core&_cview=1)
 
Place of Performance
Address: MATES, A & 5th ST BLDG 1460, FT Riley, Kansas, 66442-0345, United States
Zip Code: 66442-0345
 
Record
SN01777057-W 20090327/090325215258-c5ca1384bed1b934a905ed136559ffc1 (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.