Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

30 -- Transmission Dynamometer X-1100 + listed

Notice Date
9/24/2009
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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-5725
 
Point of Contact
Robert M. Parvin, Phone: 785-274-1944
 
E-Mail Address
robert.parvin@us.army.mil
(robert.parvin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a Design to Budget Best Value Source Selection solicitation to provide a new Turn Key Transmission Dyno Test Cell capable of performance testing the (M-1 Abrams) X1100-3B Transmission in accordance with the NMWR 9-2520-276 Volume 1 thru 3. The Dyno Transmission Test Cell shall be able to additionally test the transmissions for the below listed vehicles: 1.M900 SERIES WHEELED VEHICLES (MT654) 2.LMTV/FMTV (MD3070PT) 3.M88A1/2 (XT-1410 4/5A) 4.M109A6 (XTG-411-4A) 5.M60A1 AVLB (CD 850-6A/A1) The additional listed transmissions for the below listed vehicle types must be able to be tested with the newly manufactured Dyno Transmission Test Cell or have the capability to do so with the future purchase of adapter kits. 1.HEMMTT (HT740D) 2.PLS (PLS 4500SP) 3.M1070 HET (CLT 754) 4.HMMWV (3L80/4L80E) 5.M915A1/A3/A4/A4R2/ (HD4560P/4500SP) 6.M35A3 7.20 DUMP TRUCK (HT750) 8.M917A2 (HD4070P) 9.M113A3 (X200) 10.M113 (TX100) Cost: The dynamometer transmission test cell will be located at the FT. Riley, KS MATES facility BLDG # 1460. This will be an award with a not to exceed amount of $1,570,000. Anticipated Schedule: Although the actual dates for this procurement will be identified in the Solicitation the stated timeline in this Synopsis is currently anticipated. The Solicitation date will be on or about 27 October 2009. The pre-proposal conference will be scheduled on or about 29 October 2009 at the FT. Riley MATES facility BLDG #1460. The anticipated Solicitation closing date will be on or about 04 December 2009. Oral Presentations for clarifications of submitted proposals will be held in Topeka, KS at the KSARNG USPF&O on 21 January 2010. Applicable Information: In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. The North American Industry Classification System (NAICS) Code for this project is 334515. This project is not a small business set aside. This project is being procured on an UNRESTRICTED basis in accordance with Small Business Competitive Demonstration Program. The HUB Zone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the bid if applicable. The REPS and CERTS must also be updated through the ORCA website at https://orca.bpn.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 52.222-3, 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 52.222-54, Employment Eligibility Verification 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. Disclaimer: The official specifications are located on the official government web page(s) at www.fbo.gov and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the website for the electronic downloading. It is the offerors responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The government will not issue paper copies. All inquiries must in writing, preferably e-mail, to the person(s) specified in the solicitation. All answers will be posted on the website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-09-R-5725/listing.html)
 
Place of Performance
Address: MATES Facility, BLDG #1460, FT Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN01968915-W 20090926/090925000601-a1d17fa64b0edb08af7fa5531a3a5625 (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.