Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

49 -- Engine Dynamometer System

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Directorate of Logistics, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-11-T-0464
 
Response Due
9/20/2011
 
Archive Date
3/18/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W91151-11-T-0464 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-20 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Hood, TX 76544 The U.S. Army ACC MICC Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001, WATER BRAKE DYN 50X02 1000HP P/N 72040.02-50X02 1000-HP (746 kW) Water Brake Dynamometer, Dual (2) rotor construction, Maximum operating conditions: Max Speed: 6,000 RPM Max Torque: 3,560 ft-lbs (4,827 Nm), Capable of operating in either direction of rotation, Power absorption capabilities defined on power absorption curve 25090, Constant level lubrication for shaft bearings, 1, EA; LI 002, Fabricated Steel Sub-base P/N 63226- Precision surface ground, 28? dynamometer centerline height, Factory alignment of accessories, 1, EA; LI 003, Dynamometer Drive Flange Adapter Assembly P/N 23826- Adapts drive shaft mounting flange to the dynamometer shaft, 1, EA; LI 004, Double Universal Drive Shaft P/N 43694- 1610 Style, Capable of transmitting 3,650 ft-lbs (4,950 Nm) of torque intermittently., 1, EA; LI 005, Drive Shaft Guard P/N 23480 Minimizes contact exposure to drive shaft, Hinged for easy access, 1, EA; LI 006, PowerNet-LT Base Package P/N 23603 Window's based computerized control and data acquisition system : Computer/monitor/printer to control and monitor speed, torque, horsepower. Electronic throttle actuator for precision speed control and automated testing., Pneumatic load control valve allowing automated testing., Four (4) Temperature sensors (separate channels) Thermocouple type K with extension cables and fittings, Two (2) Pressure transducers (separate channels) - 0-250 PSI (1,725 kPa), Magnetic speed sensor for RPM measurement, Strain gauge load cell for torque measurement, Engine start/stop relays for remote starting, stopping, and auto-shutdown. Customizable instrumentation. Programmable automated run patterns, Operator established warning and shut-down high/low limits, Operator customized, full-featured data reports, Ethernet connection between control system, Commander computer and other available accessories., 1, EA; LI 007, Wheeled Engine Cart System - 6,000 Lb (2,720 kg) Capacity P/N 24218 Cart provided with: Steel guide angles and lock pins to align and secure cart, Universal front support for adjusting fan-end height, Rear support for automatically locating the flywheel housing bolt-circle mounting adapters, Flywheel housing adapters for engines having SAE sizes #1 thru to #4., 1, EA; LI 008, Torsionally Resilient Coupling - Engine-Mounted. P/N 43789.1 Dampens torque spikes and damaging harmonics, Extends service life of dynamometer and driveline components, Recommended for all engines up to 811 ft-lbs of torque (1,100 Nm), Direct connection to SAE 620 11 1/2" Flywheel, Adapter plate included to allow connection to 1810 pattern crankshaft or flywheel style adapters, For use with 1610 style drive shaft only,, 1, EA; LI 009, Engine Cooling Column P/N 23823. 1000 horsepower (746kW) rating. Thermostatically controlled to an operator set-point between 160 - 205?F (71-96?C), Pressure controlled to operator set-point between 0-15 psi (0-100 kPa), Includes water temperature and pressure gauges, Includes water level sight gauge, Includes wheeled dolly for cooling column,, 1, EA; LI 010, Torsionally Resilient Coupling- Engine-mountedP/N 43789.1? Dampens torque spikes and damaging harmonics Extends service life of dynamometer and driveline components, Recommended for all engines up to 811 ft-lbs of torque (1,100 Nm), Direct connection to SAE 620 11 1/2" Flywheel, Adapter plate included to allow connection to 1810 pattern crankshaft or flywheel style adapters. For use with 1610 style drive shaft only,, 1, EA; LI 011, Torsionally Resilient Coupling ? Engine mounted- P/N 13208 ? Dampens torque spikes and damaging harmonics Extends service life of dynamometer and driveline components, Recommended for engines with peak output torque between 811 and 2,210 ft-lbs (1100 - 3,000 Nm), Direct connection to SAE J1857 15 1/2" Flywheel, Direct connection to SAE J620 14" Flywheel, For use with 1610 style drive shaft only., 2, EA; LI 012, Torsional Coupling Adapter P/N 43891 - SAE J1857 15-1/2 to 1810 (engine side) Allows use of 13208 Torsional Resilient Coupling with engine crankshaft adapters, 2, EA; LI 013, Water Pressure Regulation System (2") Wilkins P/N 63248.1 Dampens water hammer effects. Includes: Water strainer (Y-type), Adjustable regulator valve, Accumulator (bladder type with air pre-load),, 1, EA; LI 014, Servo Load Valve Upgrade P/N 43929.02, Consists of a dynamometer-mounted servo-actuated load control valve and inlet manifold. Includes necessary wiring to connect to PowerNet LT control system. Automated control for speed, torque, or horsepower modes., 1, EA; LI 015, ECM Interface P/N 43802.3-? Allows electronic engine performance data, conforming to SAE J1587, J1708, and J1939 protocols, to be monitored, displayed, and recorded by PowerNet systems, 1, EA; LI 016, Breakout Box - CAT ADAM P/N 63359-? Designed to allow for the operation of electronically controlled engines when Breakout Box - CAT ADAM P/N 63359-? Designed to allow for the operation of electronically controlled engines when engine is removed from vehicle. Engine speed adjustment, engine cruise settings and diagnostic information may be obtained using this device, in addition to some external devices such as ET., 1, EA; LI 017, Breakout Box - DDEC II, III, IV P/N 63414? Designed to allow for the operation of electronically controlled engines when engine is removed from vehicle. Engine speed adjustment, engine cruise settings and diagnostic information may be obtained using this device, in addition to some external devices such as DDDL or Pro-Link, 1, EA; LI 018, Temperature and Pressure Expansion Module for PowerNet-LT P/N 43739 ? Includes four (4) temperature and two (2) 0-250 psi / 1725 kPa pressure input channels along with sensors and connections, 1, EA; LI 019, Pressure Expansion Module for PowerNet-L P/N 43730 ? Pressure Expansion Module for PowerNet-L P/N 43730 ? Includes four (4) pressure input channels along with sensors and connections, Pressure sensors (Two 0-250psi/1725 kPa, one 0-5psi/33kPa, and one -15 to +15psi/-100 to +100 kPa),, 1, EA; LI 020, Factor Software with Barometric Pressure P/N 43861.1 Software upgrade to PowerNet LT allows automatic data manipulation of observed readings to corrected values in accordance with SAE & DMWR standards. Barometric and humidity sensors are included to allow direct input of information to PowerNet LT., 1, EA; LI 021, Wheeled Engine Cart System - 6,000lbs P/N 63227,43704,43675,43674,43672,Cart provided with: Universal front support for adjusting fan-end height Rear support for automatically locating the flywheel housing bolt-circle mounting adapters, Flywheel housing adapters for engines having SAE sizes #1 thru to #4, 1, EA; LI 022, PTX Cart System Cross Rail P/N 63228-SP ? Additional cross rails for 2 carts - to provide longer wheel base & stability when testing GM 6.5/6/2 engines, 1, EA; LI 023, Engine Adapter, DDC 8V92, Series 60 P/N 43028, 1, EA; LI 024, Quick Connect Coolant Kit - Detroit Dies P/N 23738, 1, EA; LI 025, Engine Adapter CAT 3126B, 3114, 3116 & C7 P/N 43645, 1, EA; LI 026, Engine Adapter, DDC 6V53 Series P/N 43031 Power Test has a large number of engine specific crankshaft and flywheel adapters, 1, EA; LI 027, 50X Calibration Kit P/N 43571.1, Consisting of four (4) 30 lbs calibration weights, hand tachometer, thermocouple simulator, and 0-150 psi (1,034 kPa) pressure test gauge, 1, EA; LI 028, Engine Mounting Kit, GM 6.2/6.5- Engine adapter, rear upper yoke & front engine supports P/N 43763.2, 1, EA; LI 029, Throttle Pulley Kit-GM 6.2/6.5 engines P/N 43906, 1, EA; LI 030, Quick Connect Coolant Kit-GM 6.2/6.5 P/N 23741, 1, EA; LI 031, Water to Oil Heat Exchanger (to simulate external oil cooler on GM 6.2/6.5 engines) P/N 43903, Thermostatically controlled water flow, shell and tube style heat exchanger, includes quick disconnect fittings for oil side-no hoses. Includes ?? hose barb fittings for water inlet and outlet, 1, EA; LI 032, Oil Side Hose Kit for 43903 Heat Exchanger P/N 24000, includes #10 JIC female fittings for direct connection to quick disconnect fittings, includes two sections of 6-ft long hose for oil flow to connect to quick disconnect, 1, EA; LI 033, Installation, Power Test COMM, Orientation, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In responding to this solicitation/request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Whether the solicitation/request for quote contains a Brand Name or Equal evaluation criteria OR a meet or exceed evaluation criteria, the information requested must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of anitem that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency.Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer/bid.If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" or a "meet or exceed" basis, your seller bid specification should indicate: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your bid response does not contain all of the required information called out in this notice, your bid will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 334519 with the related size standard of 500 employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in ORCA and the vendor must be actively registered in that NAICS at the time of closing to be considered for award of any resulting contract. Failure to be properly registered at the time and date of closing will render the quote non-responsive. Fedbid is a mechanism used by this office to solicit for common usecommercial items in accordance with FAR 13.5. Fedbid is NOT a forum forfiling protests against the Government. Attempts to file protests throughFedbid will not be considered legitimate as they do not conform to therequirements in the Federal Acquisition Regulation (FAR). It is preferablethat disputes and protests be resolved as quickly as possible at the lowestlevel possible before considering the more formal process described below.Interested parties wishing to file an agency protest directly with theContracting Officer responsible for this acquisition should review theprocedures at FAR Part 33 and send your protest to Carolyn Wardell,Contracting Officer, at carolyn.wardell@us.army.mil. Interested parties wishing to file an agency protest must abide by theprovisions in FAR Part 33, Protests, Disputes, and Appeals. The HQ,AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC, as an Alternate DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office (GAO) or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decision goalis to resolve protests within 20 working days from filing. To be timely,protests must be filed within the periods specified in FAR 33.10. If youwant to file a protest under the AMC-Level Protest Program, the protest mustrequest resolution under that program and be sent to the address below. Allother agency-level protests should be sent to the contracting officer forresolution. The address for filing a protest directly with AMC is: HQ ArmyMaterial Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 FtBelvoir, VA 22060-5527; Facsimile number (703) 806-8866 or 8875. Packagessent Federal Express or UPS should be addressed to: HQ Army Material CommandOffice of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA22060-5527. The AMC-Level Protest procedures are found at:http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is notavailable, contact the HQ, AMC to obtain the AMC-Level Protest procedures. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Proposed responders must submit any questions concerning this solicitation before 17 Sep 2011, 1430 CST(time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) See attached applicable clauses Bid MUST be good for 30 days after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9aeb87f9fb0ff6caacc194a0e7df93c)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544
 
Record
SN02578840-W 20110917/110916000547-b9aeb87f9fb0ff6caacc194a0e7df93c (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.