Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

66 -- Fabrication of Vibration Head Expander - W911S6-11-T-0047 Documents

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-11-T-0047
 
Archive Date
8/4/2011
 
Point of Contact
Eric S. Vokt, Phone: 435-831-2107
 
E-Mail Address
eric.s.vokt.civ@mail.mil
(eric.s.vokt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Exhibit 6 Technical Exhibit 5 Technical Exhibit 4 Technical Exhibit 3 Technical Exhibit 2 Technical Exhibit 1 RFQ W911S6-11-T-0047 This is a combined synopsis and solicitation for the following commercial items: Contract Line Item Number (CLIN) 0001: Fabrication and installation of a head expander and associated test hardware on the Ling 2000 vibration equipment located at U.S. Army Dugway Proving Ground's Carr Facility. The head expander and associated test hardware shall be designed and fabricated in accordance with the scope of work as follows: The contractor shll provide a solution to the static weight and stress forces required to vibrate a 2250 pound bomb on the Ling 2000 Vibration test fixture located at CARR Facility, Dugway Proving Ground (DPG). The vibration equipment specifications in use at DPG are provided as Technical Exhibit (TE) 1. The vibration profile is also provided as TE 2. The specifics that shall be addressed are listed as follows: (a) The Ling 2000 vibration head currently has a head expander that weighs 1350 pounds (This will have to be removed by the Government). The total static weight capability of the system is 3000 pounds. The payload to be tested is 2250 pounds with the Multipurpose Aircraft Unit (MAU) 12 bomb rack as an additional requirement that weighs 96 pounds. The solution will have to provide a new head expander and the weight will be critical. The weight is most critical on the vertical push. (b) Due to the test item having an elongated shape that is equal to the Bomb Live Unit (BLU)/109 with tail section making the total test item approximately 12 feet long with a 14 inch diameter means that the test fixture solution will have to have external stabilizers (flexors) incorporated. (c) The solution will also have to allow the bomb test item on the MAU 12 upside down (Not Suspended) and the vibration head to be situated on the vibration system at Ling test fixture '0' or centered such that no weight will be resting on the Ling system. (d) The head expander used for the vertical push will also have to go onto the horizontal slip table that will be used so that the long axis push can center the bomb on the slip table and allow the bomb to pass over the head. This height will have to be 22 inches above the slip table. The slip table has a total weight capacity of 19,815 pounds. The solution is to raise the bomb and MAU 12 high enough to allow the long push with- out hitting the Ling vibration head. The slip table is 44 inches from the head to the center of the table. The slip table is a TEAM, LPS -14, Model No. 483.360, weight limit is 19,815 pounds. (e) The solution will be modeled to insure performance against resonance frequencies. Any additional requirements to account for this will be included in the final test fixture. All modeling data will be provided to insure completeness of design and for historical data of test concept and solution to allow DPG to validate the final data of the test item. Design as built drawings shall be provided within 60 calendar days after completion. (f) The test fixture must meet the bolt hole pattern for the Ling vibration head. The MAU 12 has to be the interface between the head expander and the test item. (g) Design concept drawing and install specifications shall be provided to DPG at the 90% design review to assess the interface details for preparation of the facility. (h) New system interface controls should interface with existing equipment as far as possible as required. (i) Descriptions of the BLU/109 with the Joint Direct Attack Munition (JDAM) tail and MAU 12 bomb rack can be found on the internet. The contractor shall provide service and warranty data as required for this test fixture as well all operational specifications for lubrication or operations.. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W911S6-11-T-0047. This solicitation is set-aside for Small Business concerns. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 332710 (size standard is 500 employees) applies to this procurement. The following provisions and clause apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015 Technical Data--Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.232-7010 Levies on Contract Payments; and DFARS 252.247-7023 Transportation of Supplies by Sea Alternate III. The following local clauses appy to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Security Badges and/or Protective Masks; Safety and Accident Prevention; Wide Area Workflow; Contractor Access to DPG; OSHA Standards; Insurance Requirements; and Identifiation of Contractor Employees. All quotes must be emailed to Mr. Eric S. Vokt at eric.s.vokt.civ@mail.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Eric Vokt at eric.s.vokt.civ@mail.mil. Quotes are due no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah) on Wednesday, July 20, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06a077014d1522da5a6a57ebd072af48)
 
Place of Performance
Address: Dugway Proving Ground, Utah, 84022, United States
Zip Code: 84022
 
Record
SN02490597-W 20110708/110706234827-06a077014d1522da5a6a57ebd072af48 (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.