Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
SOLICITATION NOTICE

36 -- Air Brake Trainer & On-Site Training

Notice Date
4/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0186
 
Response Due
5/9/2012
 
Archive Date
5/24/2012
 
Point of Contact
Sheri K. Bunn-Markryd 5626267683
 
E-Mail Address
Contract Specialist
(sheri.bunnmarkryd@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-12-T-0186. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120420. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is 336413 and the Small Business Standard is 1000 employees. Fleet Logistics Center, San Diego, Seal Beach Division requests responses from qualified sources capable of providing the following items: 0001 “ AIR BRAKE TRAINING SYSTEM (1 EA) 0002 “ ON-SITE TRAINING (1 EA) Items must meet the requirements set forth in the attached specifications. A description of requirements is as follows: Naval Construction Training Center Port Hueneme CA requires three separate sections of a Bendix Tractor & Trailer Air Brake Training board with both Anti-Lock Brake System, and Traction Control Systems. 1)The air brake trainer system must be able to give the end user, a śLIVE ť Demonstration of the Bendix system Anti Lock Brake system, Automatic Traction Control and brake system function, Treadle Valve, Tractor Protection Valve, Tractor Rear Axle Maxi-Chambers and Slack Adjusters, Relay Valve, Spring Break valve, Trailer Spring Brake Valve, Trailer Air Supply Valve, Parking Brake Valve, Quick Release Valve for the front axle, Service Brake Chambers for front tractor axle with slack adjusters, ABS Wheel Speed Sensor, ABS Modulator, ABS Computer, Low Pressure Cut Out Switch, Safety Valve, Check Valves, Split Air Primary and Secondary Air Systems, Service Brake Chambers and Slack adjusters for each wheel. The trailer Air Brake System must include trailer tank with gauge, Maxi-Chambers rear, and Emergency air and Service Air lines with glad hand connectors. Must also, contain a Non-Functional cutaway Compressor, with connected Governor, and Unloader Mechanism, Trailer Hand Control Valve, and Air Dryer Bendix AD-IS connected to the compressor via copper line. Simulated dash panel: with Ignition Switch, ABS and Traction Control Warning systems, and Low Air Audible and Visual warnings interacting with the Low Pressure Warning Switch. Brake Lights, Fault switches, Plug for Scan tool and/or computer. 2)The Air Brake Trainer must utilize a standard 120VAC plug type and use shop compressed air for demonstration. 3)Must be able to show proper Anti-lock Brake operation and modulation function. The ABS Wheel Speed Rotors must also be driven by electric motor and operated by electronic throttle pedal; the RPM must be shown on a digital readout displayed on the front of the board to simulate wheel movement and lockup. 4)The system must also contain Air Brake System color coded air tanks and lines. One brake chamber per axle must have pressure gauges at the service and emergency chambers as applicable. 5)Treadle valve must also have Pressure Gauges on both the primary and secondary systems. 6)The simulated compressor must have an air pressure gauge and the governor attached with the unloader mechanism shown, compressor must be attached to the air dryer via copper tubing. 7)The air dryer must be able to function as designed and complete both the Changing and Purge Cycles. 8)Brake lights must function when the brake pedal is applied. All parts must be brand new fully functional OEM parts. 9)Each of the three panels must not exceed 48 ť x 66 ť and must be fully adjustable by height with locking pins and made mobile by swivel locking caster wheels. 10)Include one (1) day of onsite training by vendor The Air Brake System must meet the following specifications: 1 Section compressor with unloader, AD-IS air dryer,Steering Axle type brake chambers, ABS and Traction Controllers, Antilock Modulators,1 ATR-3 Relay Valves, Parking Brake Valve,MV-3 Park Control Valve,Trailer Control Valve,Front and Rear Service Reservoir,2 Trailer Reservoir,Tractor Protection Valve,Spring Brake Valve,Trailer Spring Brake Valve,Brake Chambers,Automatic Slack Adjusters,Standard Trailer Valve,Simulated Dash Panel,Ignition Switch,Diagnostic Port,Low Pressure Warning Light,Low Pressure,Warning Buzzer,Tail Lights Tractor and Trailer,Electronic Pedal Assembly,Warning lights,ABS System,Digital Wheel Speed Readouts,Blink code switches,Reference Air Gauges,Trailer ABS fault Warning light, Wheel Speed Controller, and five Manual Drain Valves on all Air Reservoirs Item is to be shipped FOB Destination to Port Hueneme, CA 93043. Products shall be delivered no later than 90 days after contract award. Inspection and acceptance will be performed at the government destination by a government representative. The following provisions and clauses apply: 52.202-1, Definitions; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors Commercial Items; 52.52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-28, Post Award Small Business Program Representation, 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; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent tax liability or a Felony Conviction under any Federal Law; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023, DFARS 252.225-7036, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program Transportation of Supplies by Sea; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items ”Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria for technical acceptability at the lowest price. To be considered, quotes to be received no later than 1:00 p.m Local Time, 9 MAY 2012 and will be accepted via FAX 562-626-7877, Attn: Sheri K. Bunn-Markryd, or e-mail sheri.bunnmarkryd@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at http://ccr.edi.disa.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0186/listing.html)
 
Record
SN02732359-W 20120428/120426235827-220ac5926924f2a90f6ba226c494740c (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.