SOLICITATION NOTICE
66 -- Heitz Automotive Testing Inc. Sprint 3 or Equal
- Notice Date
- 8/10/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-05-R-20117
- Response Due
- 8/24/2005
- Archive Date
- 11/10/2005
- Description
- This is a combined synopsis/solicitation for Name Brand or equal commercial items and implementation support prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, 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. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items, and Part 13.5 Test Program for Certain Commercial Items. The solicitation number is DTRT57-05-R-20117 and is issued as Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Amendments from Federal Acquisition Circu lar 2005-04 effective June 8, 2005. The North American Industry Classification Systems Code is 336330. The Size Standard is 750 Employees. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA has a requirement for four (4) Heitz Automotive Testing, Inc., Brand Name Heitz Model Sprint 3 or equal brand programmable steering machines. Each steering machine will include a battery box, hand held command module, cables, programming tools, adapter system for attachment to the steering column, tool kit, technical manuals, miscellaneous spare screws and a fitted foam transit case. These steering machines are required for performing rollover tests in a timely fashion under the National Highway Traffic Safety Administration?s ( NHTSA) New Car Assessment Program (NCAP). The Sprint 3 is currently being used by NHTSA to conduct the rollover tests. If an Offeror is proposing an ?equal? to the Heitz Sprint 3, the Offeror must provide with their proposal the documentation required by FAR provision 52.211-6 titled Brand Name or Equal that states that their proposed ?equal? product has the following salient characteristics: must be mechanically interchangeable and compatible with: 25 pin D sub male test control connector from government cable which is used to indicate the steering controller has received a roll rate feedback signal that will trigger steering reversal (pin 9 ?0-5 volts output to indicate the steering controller has received a roll rate feedback signal that will trigger the steering reversal and pins 19- 24 ground), a 15 pin D Sub male auxiliary EPROM output connector from government cable for starting program and monitor signal (pin 11 power com 12 volt return, pin 13 programmed steer angle command, pin 14 start program 5 volt (for monitoring) and pin 15 sig com 5 volt), a 9 pin D-sub male input/output connector from government cable (pin 1 throttle in, pin 2 roll rate in used for reverse steer at peak roll angle + 10 volt input signal supplied from data acquisition system proportional to + 100 degree/second, pin 3 speed in 0-10 volt input signal supplied from data acquisition system proportional to 0-125 mph, pin 4 torque output +10 volt output signal recorded by the data acquisition system, pin 5 steering angle output +10 volt output signal recorded by the data acquisition system propor tional to + 1000 degree, pins 6-9 ground) and a 3 pin MS 3116-12-3S female power connector from government cable (A battery ground, B vehicle ground and C 12 volts)for the NCAP rollover program. The correct voltage and designated pin assignments are critical for signals that are used to control the vehicle, monitor roll rate feedback, start data acquisition and control other devices. The steering controller must be a stand-alone controller with internal program memory and does not need an external computer to perform various steering maneuvers for the NCAP program; 16 programs of 16,384 steps in each plug in erasable programmable read-only memory (EPROM); meets the torque versus steer rate requirements shown in Figure 1 of the Sprint 3 Brochure (see http://atiheitz.com (4.3); must contai n a hand wheel lock to prevent driver interference with testing; Roll Rate Feedback and Start Program at Preset Speed functions; Thumbwheel switch selection of program, max steer, start speed, direction of initial turn, EPROMs programmable from notebook computer; Machine clamps to vehicle handwheel for 15 ? 20 minutes installation; Alternative installation directly to steering column; Handwheel panel meters show speed and steer angle; Analog outputs for steer angle and torque; releasing of two handwheel switches revert to manual control; Intermittent Duty Torque, at any speed 1300 degrees/second; Peak torque (current limited) = 50 Nm. 50Nm (RMS) is for 2.7 second burst followed by power amplifier foldback to 23 Nm; Power-In is 9 to 18 volts from the vehicle?s battery/alternator, which is used to maintain a 13.6 volt charge on system batteries through isolating regulated DC/DC converters. Includes five 12 volt, 5 amp-hour lead-acid batteries connected in series for 60 volts at the power amplifier when the motor is energized; and an additional 12 volt, 5 amp-hour battery for miscellaneous system use. Includes the maximum current draw from the vehicle, which is 8 amps since additional current is supplied by the batteries. The DC/DC converters isolated the system from the vehicle battery/alternator system, to prevent accidental ground loops. The system is protected from reversed connection and alternator load dump transients. CLIN 0001, four (4) Heitz Sprint 3 or equal programmable steering machines, Unit Price $_______ Total Firm Fixed Price $_______. Delivery is re quired within sixty (60) days of contract award. Delivery will be F.O.B. Destination to U.S. DOT/VRTC, 10820 State Route 347, East Liberty, OH 43319 Attn: Riley Garrott. The provision at 52.212-1, Instructions to Offerors ? Commercial Items, is hereby incorporated by reference. Under FAR 52.212-2, Evaluation - Commercial Items, award will be made to an offeror that provides a product that meets the Government?s requirement and has the lowest price. All Vendors must include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with their proposal. FAR 52-212-4 - Contract Terms and Conditions?Commercial Items is incorporated by reference, addenda to 52.212-4, paragraph (o) warranty three (3) years. FAR 52.212-5, Contract Terms and Con ditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.203-6; 52.222-21, 52.222-26; 52.222-35; 52.222-36; 52-222-37 and 52.223-9, 52.232-34. This RFP also incorporates by reference FAR 52.211-6 Brand Name or Equal (AUG 1999) and FAR 52.215-5 Facsimile Proposals. The Government requires each Vendor to submit and deliver one original and one copy of its proposal package to the U.S. Department of Transportation, Volpe National Transportation Systems Center 55 Broadway, Cambridge MA 02142 ATTN: Kathleen Regan, DTS-853 Building 4, Room 250 no later than 2:00 P.M. Eastern Time August 24, 2005. The proposal package must be marked RFP: DTRT57-05-R-20117. As stated in FAR 52.215-5 proposal packages may be submitted via facsimile. If you choose to submit your proposal package via facsimile, fax one copy to (617) 494-3024. Also Vendors who faxed their proposal are required to provide one original and one copy of its proposal package to the address listed within 4 calendar days of the due date. The Vendors failure to include in their proposal package any of the following required items will render their proposal package to be non-responsive: (1) an original signed proposal, (2) completed copy of Terms and Conditions, (3) failure to submit an ?equal? documentation. The Contracting Officer for this procurement is Kathleen Regan. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW serve r, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone requests will not be honored.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
- Record
- SN00867110-W 20050812/050810212124 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |