Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOURCES SOUGHT

51 -- EXPEDITIONARY DIESEL FUEL INJECTION TEST SHOP

Notice Date
9/11/2009
 
Notice Type
Sources Sought
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0909R0376
 
Response Due
10/5/2009
 
Archive Date
12/4/2009
 
Point of Contact
Celeste Hobert, 309-782-1262
 
E-Mail Address
TACOM - Rock Island
(celeste.hobert@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: interested parties, TACOM-RI requests information prior to release of any resultant solicitation. The information within this notice is based on the best and most current information available to date. This information is subject to change and is not binding upon the Government. Updated information will be provided in a subsequent notice or synopsis, if and when necessary. The U.S. Marine Corps Systems Command (MARCORSYSCOM) intends to award a requirements contract for an EXPEDITIONARY DIESEL FUEL INJECTION TEST SHOP. This test shop will include computerized test equipment, tools, adaptors, and any other necessary supplies to fully test and verify the operational condition of diesel fuel injection system components from a wide variety of USMC tactical and non-tactical ground vehicles and equipment. The diesel fuel injection system components that require testing include fuel injection pumps/injectors (nozzles), Cummins PT pumps/injectors, mechanical unit injectors, electronic unit injectors, hydraulic unit injectors, and common rail pumps/injectors. To meet deployment and transportation requirements, this test shop will be fully integrated into a one-side hard-skinned expandable steel shelter meeting ISO 1C standards (8 width x 8 height x 20 length). No canvas or other soft-sided expansions will be allowed. This shelter will also have an integral bale-arm and flatrack that will allow the shelter to be loaded and unloaded using the Load Handling System of the LVSR. The shelter will be certified safe to ship by the Coast Guard or an authorized approval entity. Additionally, the shelter will have integrated spreader bars and forklift pockets in order to take full advantage of all material handling equipment in use by the USMC. It is an objective for the gross mass of the shop to be below 15,000 pounds. The test shop will include input connections for Mobile Electric Power (MEP) units and Environmental Control Units (ECU) found in the USMC inventory. All other systems/connections required for the operation of the test equipment (e.g. pneumatic, water/cooling, venting, etc.) will be included as part of the shop and self contained. The test shop will also include work benches, cabinets with drawers, and shelving for the storage of tools, adaptors, etc. during transport with securing provisions. Where applicable, drawers will include foam with color contrasting cutouts for the inventory control of stored items, including the tool load and test adaptors. In addition to the diesel fuel injection test equipment, the test shop is also required to be supplied with a diesel fuel fired personnel Heater Test Stand, NSN: 4910-01-504-3502, on a roll cart to be operated outside of the shelter. All components of the test shop will be supplied by the contractor. All components will be new and unused. It is also required that a full Pro/Engineer native 3D model of the test shop and a commercial Technical Manual with a provisioning parts list be delivered to the Government. In addition to the expeditionary test shop, the Government desires the ability to purchase the test shop without the shelter, for installation into a garrison facility. The contract is expected to be full and open competition. The following information is requested: delivery schedule (estimated length of time to deliver from award) and estimated price per unit. Any response to this notice should include the following information: company name, point of contact, address, telephone and fax numbers, e-mail address, brief description of company and capabilities, experience area, size, history, CAGE Code and/or tax-ID number, large business or small business category, HUBZone, or any other information that you feel would be pertinent. NOTE: NO SOLICITATION IS ISSUED AT THIS TIME. SOLICITATION RELEASE IS ANTICIPATED ON OR ABOUT 05 OCT 2009. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. The U.S. Government will in no way be obligated to purchase all or any part of the items described above. The U.S. Government is providing this information as general information only. The U.S. Government will in no way be bound to this information and responses received if or when any solicitation is issued. IF YOU HAVE ANY FURTHER QUESTIONS OR ARE INTERESTED IN OBTAINING A DRAFT VERSION OF THE DESCRIPTION FOR PURCHASE (DFP), PLEASE CONTACT BRENT VER MULM AT (309)782-5307, EMAIL: BRENT.VERMULM@US.ARMY.MIL, OR CELESTE HOBERT (309) 782-1262, EMAIL: CELESTE.HOBERT@US.ARMY.MIL. The purpose of this notice is for market research. The Government will not rank or provide any reply to submittals from interested firms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H0909R0376/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN01951746-W 20090913/090912002329-429096274854f46a316d41f4d9d836d6 (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.