Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

51 -- THIS PRESOLICITATION NOTICE IS AN UPDATE FOR PREVIOUS SOLICITATION W52H09-10-R-0043.

Notice Date
7/14/2010
 
Notice Type
Presolicitation
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-10-R-0323
 
Response Due
9/30/2010
 
Archive Date
11/29/2010
 
Point of Contact
Banisa Carter, 586 574-7569
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(banisa.carter@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE. Expeditionary Diesel Fuel Injection Test Set for the U.S. Marine Corps Systems Command (MARCORSYSCOM). This test set 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/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 set 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 set to be below 15,000 pounds. The test set 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 set and self contained. The test set 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 set 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 set 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 set and a commercial Technical Manual with a provisioning parts list be delivered to the government. In addition to the expeditionary test set, the government desires the ability to purchase the test set without the shelter, for installation into a garrison facility. Solicitation is for a 5-year requirements type contract. Full and open competition. ESTIMATED ISSUE DATE TO BE DETERMINED. This solicitation will be issued electronically in accordance with FAR 4.501 and 5.102, therefore hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: https://aais.ria.army.mil/AAIS/Solinfo/index.htm. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any said amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal non-responsive and result in the rejection of the same. Contracting Office Address TACOM Contracting Center PM SKOT - CCTA-ATA-C 6501 E. Eleven Mile Rd. Warren, MI 48397-5000 Point of Contact(s): banisa.carter@us.army.mil charley.jacksonjr@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eda127b7c0a853118a18349cd207f9fe)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02205617-W 20100716/100714235050-eda127b7c0a853118a18349cd207f9fe (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.