Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
MODIFICATION

43 -- Hydraulic Test Stand

Notice Date
6/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AR9139B001
 
Archive Date
6/22/2010
 
Point of Contact
Nathan C. Hansing, Phone: 6612777018
 
E-Mail Address
nathan.hansing@edwards.af.mil
(nathan.hansing@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Solicitation number is F1S0AR9139B001. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32 and DFARs Change Notice (DCN) 2009-01-15. NAICS is 333996 and the size standard is 500 employees; This acquisition is a 100% small business set aside. ITEM 1: The Airborne Laser Program has an urgent requirement to purchase, 3 new single system, electric, Hydraulic Test Stands. These units's are required to supply the aircraft systems with Hydraulic fluid for proper operation of the systems. The following are the capabilities/capacities and requirements that these unit's must contain to meet mission needs of the Airborne Laser Program. -Must be capable to operate all systems on a 747 aircraft that requires Hydraulic fluid for operation. -Must be capable of operating with Skydrol type hydraulic fluid. -Must be capable to operate at 0-50 GPM (Gallons Per Minute) at 0-5000 PSI (Pounds Per Square Inch). -Must be powered by a 100 HP (Horse Power), 460 VAC (Voltage Alternating Current), 60 Hz (Hertz), 3 phase power. -Must produce 50 GPM, 3000 PSI and 5000 PSI at reduced flows. -Must have a minimum 60 gallon Reservoir, stainless steel tank with drain valve. -Must have a Reservoir high/low level automatic shutdown safety circuit. -Must have a variable volume pressure compensation pump that can be adjusted from 5-50 GPM. -Must have main system hydraulic filters that are rated at 3 micron. -Must have Reservoir and system fluid temperature indicator. -Must be capable of automatically shutting down, if boost pressure is lost. -Must have cold weather startup capability, cooling/heating automatic circuit. -Must be closed or open loop operations capable. -Must have flow meter 0-60 GPM range. -Must have shock mounted pumps and motors. -Must have an anodized instrument panel to reduce glare. -Must have hoses of 1" supply 3000 PSI working pressure, and 1.5" Return hose 500 PSI working pressure, 2000 PSI proof, with quick disconnects compatible with a 747 aircraft, with hose length of 50 foot. -Must have single jacketed electrical power cable, 100 foot in length, capable of receiving 460VAC, 60 Hz, 3 phase, input facility power. -Must be capable to operate from input power of 460 VAC/60 Hz/ 3 phase power. -Must be capable to operate at below 85 decibels noise limit. -Must be capable of towing up to 20 MPH (miles per hour) with a 25 degree turning radius. -Must have 600-9, 6 ply minimum, pneumatic tires with 2 wheel mechanical parking brakes. -Must have Skydrol fluid resistant stainless steel cabinet, enclosure and chassis. -Must have access doors on both sides of unit, with easily removable top, for ease of maintenance. -Must have hose and electrical cable storage racks. -Must have forklift slots for lifting capability. -Must have leaf type springs. -Must provide maintenance manuals, operation manuals, and parts manuals covering units. -Must provide training for users of equipment. -Must provide 1 year service agreement for maintenance/inspections of unit's, on site. -Must be capable of providing serviceable unit's for program use, while the new unit's are being constructed. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. **Please submit 2 quotes, one FOB Destination, and one FOB Origin. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. The following provisions and clauses apply: Clause 52.211-6 Brand Name or Equal, Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program: The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Levies on Contract Payments; 5352.201-910, Ombudsman; 5352.242-9000, Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than June 12, 2009 at 1 pm PST. E-mail address: Nathan.hansing@edwards.af.mil. Phone: 661-277-7018 Fax: 661-277-0470
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AR9139B001/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Ave., Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01838972-W 20090610/090608235250-b2256b5057d891c0e8039fed22042905 (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.