Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2008 FBO #2342
SOLICITATION NOTICE

54 -- DYNAMOMETER TEST CELL

Notice Date
4/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Louisiana, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-08-Q-0028
 
Response Due
5/14/2008
 
Point of Contact
Patti Woods, 318-290-5988
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued under Request for Quotation (RFQ) number W912NR-08-Q-0028. All proposals shall reference the RFQ number and shall be submitted by 11:00 A.M. local time on 14 MAY 2008. The anticipated award date is 15 MAY 2008. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-22 dated 24 December 2007. This acquisition is reserved 100% for small business concerns; however, the Government is accepting quotes from large businesses. In the event of insufficient small business concern participation, (minimum of two) award may be made to a participating large business. The North American Industry Classification system code (NAICS) is 334519 with a size standard of 500 employees. COMMERCIAL ITEM DESCRIPTION: Furnish the Louisiana Army National Guard, MATES 71 a Dynamometer test cell large enough to contain a Power Test engine dynamometer inside to perform testing on a 250 Cummins diesel engine. An engine must be able to fit into the facility and be attached to the dynamometer for testing. A control room and viewing window will also be required. Test cell inside dimensions will be no less than 11 4 wide, 19 4 Deep and 10 4 High. Outside dimensions will be no less than 12 0 wide, 20 Deep and 10 4 High. Interior and exterior wall panels will be 16 gauge STC 50 panels Ceiling panels will be 22 gauge perforated STC 40 panels. Roof will support weight of men walking on it; load capacity should be no less than 35 PSF. Viewing window for control room will be no less than 72 wide by 36 high.. 8x 16 control room with 3x7 door. Detached exhaust plenum and variable speed fan rated to room size and air flow requirements with a fan access door. Exhaust silencers. Max load 2500lb. monorail beam and connections for monorail. Structural reinforcement of test cell for monorail beam. Cost for installation and delivery must be included in the quote. Any prerequisites for plumbing and electrical must be identified on the quote as well. Contractor will submit drawings to the MATES 71 supervisor for approval prior to fabrication and delivery. Delivery shall be four weeks after approval of drawings. The vendor must certify in their proposal that they can meet the aforementioned delivery schedule. Vendor must be ISO-9001; 2000 compliant. Contractor will provide a one year full warranty for all components. Vendors who wish to visit the site, must coordinate directly with MATES 71 personnel prior to submission of their quote. The MATES 71 point of contact is CW2 Dale Poe, 337-537-4242 x8101or dale.poe@us.army.mil. The vendor should provide the Government with a firm fixed price per unit. The Government intends to evaluate proposals and award a purchase order without discussions, therefore, offerers initial proposal should contain the offerors best terms and information indicating compliance with requirements listed. The following provisions and clauses will be incorporated into the solicitation by reference: 52.204-4 - Printed or Copied-Double Sided on Recycled Paper, 52.211-6 - Brand Name or Equal, 52.212-1 - Instructors to Offerors-Commercial Items, FAR 52.212-3 (Alt 1) - Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx)), 52.212-4 - Contract Terms and Conditions-Commercial Items, 52.204-4 - Printed or Copied -Double Sided on Recycled Paper, 52.233-2, Service of Protest (COL Patti D.Woods), 252.212-7000 Offeror Representations and Certifications Commercial Items. The following additional clauses and provisi ons are added in full text: 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6 - Restrictions on Subcontractor Sales to the Government, 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-6 - Notice of Total Small Business Set-Aside, 52.219-8 - Utilization of Small Business Concerns, 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 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-33, Payment by Electronic Funds Transfer-Central Contracting Registration, 52.232-36, Payment by Third Party. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.205-7000 Provision of Information to Cooperative Agreement Holders, 52.219-4, Limitations on Subcontracting, 252.225-7012 - Preference for Certain Domestic Commodities, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 252.243-7002 - Request for Equitable Adjustment, 252-247-7023 - Transportation of Supplies by Sea. Qualifying offers must meet the stated specifications and their quote must be accompanied by the completed provision 52.212-3 or a completed registration on the ORCA website. See paragraph I of 52.212-3 for instructions. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted to http://216.81.179.134/ebs/advertisedsolicitations.asp. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not late r than 8:00 a.m., 30 April 2008. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Sign and date your offer, the offer must be submitted to Louisiana Army National Guard, USPFO-PC, 494 3rd ST Camp Beauregard, Pineville, LA 71360, ATTN: COL Patti Woods Contracting Officer or email to patti.woods@us.army.mil at or before 11:00 a.m., 14 May 2008. For information regarding this solicitation contact COL Patti D. Woods, patti.woods@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c0f520ad60b3d7441bc932c176b744cf&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
 
Record
SN01559787-W 20080425/080423220331-c0f520ad60b3d7441bc932c176b744cf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.