Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
MODIFICATION

30 -- Arizona National Guard Requests Dynometer Unit Up-Grades - Modification of Solicitation to correct small business size standard requirements.

Notice Date
8/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-10-T-0023
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Kyle Matthew, 6022672875
 
E-Mail Address
USPFO for Arizona
(kyle.matthew1@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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W912L2-10-T-0023 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-42. The associated NAICS codes is 334519, small business size 500. COMMERCIAL ITEM DESCRIPTION: The USPFO for Arizona has a requirement for Dynometer Unit Up-Grades. ***When quoting please provide pictures and descriptions. *** ***Please remember that the award will be given to the vender that can provide all items specified*** ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0001 1 Each Data acquisition system FFP B. Data acquisition System a. The data acquisition system will include compact control table with 2 integrated touch screen color LCDs, with SF-1 table, hydraulic throttle actuator, interconnect panel with 2 pre-configured analog inputs (Lambda), integrated real-time weather station (air temperature, barometric pressure, humidity), engine control panel must be compatible with WinDyn software (currently in use at CSMS), mini tower system, 17m monitor, color printer. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0002 1 Each Electric throttle control package FFP Electric throttle control package will include DC motor throttle controller and Woodward throttle actuator. Will include bracket and cables. Electric throttle control package will provide for automatic control of engine throttle by computer system, will include custom wiring from sensor box to throttle power supply FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0003 1 Each Dual LCD Display for sensor box FFP Display for sensor box will include an 8 LCD display panel. E. Computer software (must be compatible with current WinDyn software (currently in use at the CSMS). Computer software will include the capability and functionality of Distributed Data Base Data Acquisition, In Cell High Speed Data Acquisition (does not use PC for data acquisition), English, Metric units with built in correction factors for SAE, DIN, STD, Automated User Defined Test Profiles, Calculated Channels, Computer monitored alarms and limits profiles, Selectable control modes (Speed, Torque, Power, Manual), Calibration Menu with Auto Zero of sensors, Export utility of all files to Excel, Pre-defined reports as well as user defined reports, User Defined display screens with up to 10 separate screen available, On-line help menu. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0004 1 Each Various cable requirements FFP All cables will be provided and compatible with existing 1520 Super Flow engine dynamometer, and new equipment, this includes any and all adapters necessary. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0005 1 Each INSTALLATION, START-UP AND TRAINING FFP a. Contractor will provide on-site, up to 3 days, a service technician to remove outdated equipment and installation of new equipment and components and to perform initial start-up of the installed equipment. He shall conduct up to 2 days personnel training to cover both maintenance and proper operation of the equipment using transmissions and fluids supplied by the customer. The above-required duties shall be consummated in a time of up to, but not to exceed, five (5) consecutive working days, for a standard hydraulic unit or approximately forty (40) working hours. b. Customer will incur travel and board fees not to exceed $1,600, H. WARRANTY a. All components are subject to a twelve-month warranty on material and workmanship from the date of purchase, subject to proper operation and maintenance as determined by the manufacturer. Manufacturer will replace the failed component free of charge. Improper operation or maintenance of the equipment by the customer, as determined by HEI or one of its sub-component manufacturers, will subject any repair costs to normal part and labor charges. As noted above, warranty provisions are relative to both parts and labor. Transportation costs for parts and/or service is the responsibility of the customer. In the event that on-site services by Technicians are required during the warranty period, as determined by the manufacturer will provide labor free of charge. Expenses for transportation, meals and lodging of technicians will be the responsibility of the customer. The warranty period commences at start-up or 90 days after delivery, whichever occurs first FOB: Destination ****IMPORTANT!!!! NOTICE: In order to do business with the Federal Government, you must be registered in the CCR (Central Contractor Registration) database prior to award. You can register at http://www.ccr.gov. About 3 days after registering, you will be assigned a CAGE code (Contractor and Government Entity code). For assistance with registration, you can contact CCR at 888-227-2423. ****** Please contact me with any questions. Kyle Matthew Contractor NGAZ - USP&FO Purchasing & Contracts 5645 E. McDowell Rd Phoenix, AZ 85008 kyle.matthew1@us.army.mil Phone 602.267.2875 Fax 602.267.2429 (a) The Government will award a contract resulting from this solicitation to the responsible offerer whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements required in this synopsis. A description of the equipment quoted is required. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/ TO REGISTER, GO TO URL: http://www.ccr.gov/. Upon request, the Contracting Officer will make the full text available of the following provisions and clauses that apply: 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text and will be incorporated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors,. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Quotes will be due by 12:00 P.M. mountain standard time, 7 SEPTEMBER 2010. Email quotes will be accepted at kyle.matthew1@us.army.mil, reference RFQ# W912L2-10-T-0023 in the subject line. FAX quotes will be accepted AT 602-267-2804. Quotes can also be mailed to AZAA-PFP, USPFO FOR ARIZONA, 5645 E. MCDOWELL RD, PHOENIX, AZ 85008.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-10-T-0023/listing.html)
 
Place of Performance
Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
Zip Code: 85008-3442
 
Record
SN02253048-W 20100826/100824235655-d189ae329ecbecc7d6309bd16257ce87 (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.