SOLICITATION NOTICE
49 -- AIDCO Transmission Trainer/Electronic Console BRAND NAME or EQUAL
- Notice Date
- 8/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Port Hueneme Office 3350 Patterson Road, Bldg 801, Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412R0092
- Response Due
- 9/14/2012
- Archive Date
- 9/29/2012
- Point of Contact
- Lenette Santana 805-982-2193
- E-Mail Address
-
POC
(lenette.santana@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 solicitation number is N00244-12-R-0092. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/ solicitation SHALL be posted on both FEDBIZOPPS (http://www.fbo.gov ) and NECO (http://ww.neco.navy.mil/). This solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20120724. The North American Industry Classification System (NAICS) code is 334519 and the business size standard is 500 employees. This action is 100% set-aside for Small Business. The NAVSUP Fleet Logistics Center San Diego, Seal Beach Division, intends to solicit for the following: THE FOLLOWING REQUIREMENT IS BRAND NAME OR EQUAL. ITEM 0001: TRANSMISSION TRAINER Part Number: AIDCO/DYNO Model 850 manufactured by AIDCO Test Systems or EQUAL Quantity: 1 EA Specifications: 1.Requirements for a versatile test stand, designed for testing heavy-duty transmissions. Machine must test transmissions, gear pumps, vane pumps, torque converters, hydrostatic pumps, hydraulic motors and hydraulic cylinders. Specifically: a.GM 4L80E b.Allison 4700/4800 HD with GEN III c.Hydraulic CAT rams. 2.Closed-loop hydrostatic drive system. 3.High and low flow recirculation systems for monitoring oil flow and pressure. 4.High pressure circuit for cylinder and pump testing. 5.Main Drive System a.200 hp (149 kW), 1755 rpm (60 Hz), 1450 rpm (50 Hz) 3-phase electric motor. b.6000 psi (414 bar) closed-loop hydrostatic drive system capable of 777 ft/lbs torque (1055 Nm) @ 6000 psi (414 bar) up to 1,422 output rpm. 4,000 rpm maximum output speed either clockwise or counterclockwise 6.Main Flow Circuit a.Up to 60 GPM (227 L/min) at up to 2,500 psi (172 bar). b.Simulates vehicle charge pump when that pump is not connected to the transmission under test. c.Minimum Utilizes 150 gallon (605 L) main reservoir. 7.Lube Flow Circuit a.Up to 60 GPM (227 L/min) at up to 60 psi (4.1 bar). b.Provides oil for lubrication of components under test. 8.Drive Load Sensing Circuit a.Enables the operator to control the acceleration and deceleration rate of the test transmission. 9.Pump Suction Port a.3 ¯ port with manual ball shut-off valve with a positive head of oil by gravity from the main reservoir. Monitored with vacuum gauge. 10.Recirculation loops a.For oil flow monitoring. Monitor pressure, flow, or both in either a 0 “60 GPM (0 “228 L) circuit, high flow 0 “150 GPM (0 “577 L) circuit, and an Auxiliary Circuit when Main Flow is not being used. b.Ability to verify flow or leakage in a transmission or pump. 11.Pressure Taps and gauges a.Minimum 12 pressure taps and gauges for monitoring various internal component pressures via the gauge panel. 12.Power Lift Assembly a.The power lift to facilitate vertical maneuvering of the hydraulic drive motor/driveshaft for alignment with the test component. 13.3-MICRON KIDNEY LOOP FILTRATION SYSTEM a.Dedicated circulation pump and motor, and filter indicator lights 14.Soundproofing: a.Sound deadening material installed on interior panels of test bench 15.Electrical Requirements a.The test stand should include a # 5 reduced voltage Wye-Delta motor starter and control voltage transformer completely mounted, wired and performance tested on the machine. Test stand must be wired and ready to run on 480V, 60 Hz, 3 Phase electrical service 16.Four (4) days on-site Set-up, Commissioning and Training. a. Provide assistance in set up, commissioning and training 17.Additional Diagnostic Recirculation Loops a.Closed-Loop Cooling Kit (for converter flow cooling) i.Kit should include: heat exchanger, temperature control valve, digital control and display, hoses, and accessories to maintain operator set temperature range on components that function as closed loops. 18.Eddy Current Absorber Assembly a.Capable of 525 ft-lbs (712 Nm) continuous braking torque and 1470 lbs/ft (1993 Nm) intermittent braking torque. Max Speed of 3000 RPM b.Provide a way to accurately check shift points and torque converter and clutch performance throughout the complete range of load and throttle conditions c.Can be positioned horizontally and vertically to align with the transmission output shaft d.Include Stall device to measure the amount of output torque developed by a transmission under test. (0-2,000 lb.-ft.) 19.Extension Rails for Load Unit a.Provide extended rails for Eddy Current Absorber to move beyond work table area, providing a full 7.5 feet length over work table for transmission under test. 20.Trans Drive Kit w/ Torque Sensor 900/850 a.Include driveshaft guard, driveshaft, adapter and torque meter. 21.Acquisition System a.Windows-based computerized data acquisition system featuring: i.Computer/monitor/printer to monitor speeds, temperatures, pressures, and flow rates ii.Minimum Four (4) Temperature sensors (separate channels) Thermocouples with extension cables & fittings iii.Twelve (12) pressure transducers; Pressure ranges vary based on placement iv.Two (2) magnetic speed sensors for input and output RPM measurement v.Three (3) inputs to interface with flow blocks vi.Operator established warning for High/Low Limits vii.Operator customized, full-featured data reports viii.Ethernet connection between data acquisition system and computer 22.UNIVERSAL ADAPTERS TRANSMISSION TESTING a.Transmission Support i.Support bar, 34 various sized spacers, and 2 cable pullers for mounting and securing test component to work support sump. b.Transmission Drive i.24 inch double universal joint drive shaft, drive shaft guard, and adapter plate for connecting drive shaft yoke to the test stand ™s main drive adapter c.Fittings and Quick-Disconnects i.Assorted split flanges, 45 ŗ and 90 ŗ split flanges, 4-bolt flanges, O-ring and pipe fittings specially fitted with quick-disconnects for connecting oil ports in test component to test stand. d.Hose Group i.Hose assortment for connecting test components to test stand 23.UNIVERSAL ADAPTERS REQUIRED FOR PUMP, MOTOR & CYLINDER TESTING a.Cylinder Test Manifold and Supports i.Valve unit for controlling flows to cylinder ports including supports to secure cylinder under test 24.ACCESSORIES FOR ON-HIGHWAY TRANSMISSIONS a.Universal Bell housing and Mounting System. i.Adapt to most direct mount transmissions or torque converters ii.Include front support structure, SAE 1 bell housing and SAE adapter rings. 25.ON-HIGHWAY ADAPTER KITS a.Drive and Mount Kit for Allison AT, MT and HT Transmissions i.Allison Series 1000/2000/2400 1.Includes drive adapters, drive plate, output flange and various reducers and fittings for hydraulic connections ii.Allison Gen 4 4k (7 Speed Only) & WTEC 4070 (1810 series, thru hole, 59 tooth spline) Output adapter 1.Clamps directly to work table, support rear of transmissions. 26.AUTOMOTIVE ADAPTER KITS a.GM 4L80E and THM-400 (3L80) i.Includes SAE 1 to GM, main drive adapter, tail housing and output adapter. 27.SUPPLEMENTAL KITS a.Consist of oil filter elements, oil strainers, pressure gauges, various fittings, and indicator lights. Filter Kit. 28.Other: Warranty one year from date of shipment ITEM 0002: ELECTRONIC SHIFT CONSOLE Part Number: AIDCO ASC PROGRAMMABLE TRANSMISSION SHIFT CART or EQUAL Quantity: 1 EA Specifications: 1.Programmable Transmission Shift System a.To include shifting capabilities for electronically shifted transmissions. No multiple carts and TCUs. Console should include touch-screen controls, power supply and accessories necessary to test each set of transmissions for which cables and software are available. Customized shift programming and cables. Include a 12V & 24V power supply. 2.Special Equipment a.Allison 1k/2k shift programming. Must be used across all generations. i.Include support for 2000-2003 & 2003-2007 1k/2k (5 Speed) and Gen 4 1k/2k (6 Speed) b.Allison 1k/2k (5 Speed) transmission electronic control harness i.Fit all Pre-Gen 4 1k/2k transmissions c.Allison 1k/2k Gen-4 (6 Speed) transmission electronic control harness i.Fit all Gen 4 1k/2k transmissions (both GM and non GM applications) d.Allison WTEC II/III transmission shift programming i.Support all Allison WTEC 3k/4k models ii.Include support for 6 and 7 speed versions e.Allison WTEC II/III transmission electronic control harness i.Fit all WTEC 3k/4k transmissions (except 3070PT) f.Allison WTEC II/III & 3070PT transmission electronic control harness g.Allison Generation 4 3k/4k transmission shift programming i.Support all Allison Gen 4 3k/4k models (including B300, B400 & B500) ii.Include support for 6 and 7 speed versions h.Allison 3k/4k Gen 4 transmission electronic control harness i.Fits all Gen 4 3k/4k transmissions (except 3700SP) i.Allison CEC2 electronic control harness for 5000, 6000, 8000, and 9000 series transmissions i.Must be usable on the following transmissions; M 5610A, M 5610AR, S 5610H, S 5610MR, S 5610M, M 6610A, M 6610AR, S 6610H, S 6610HR, S 6610M, S 6610MR, M 8610A, M 8610R, S 8610H, S 8610HR, S 8610M, S 8610MR, M 9610A, M 9610AR, S 9610A, S 9610AR, S 9610M, S 9610MR, S 9805M, S 9805MR, S 9810A, S 9810AR, S 9810H, S 9810HR, S 9810M, S 9810MR j.GM 4L80 standard RWD shift profile programming k.GM 4L80 transmission shift control harness 3.Other a.Warranty one year from date of shipment Offers to be based on FOB Destination to the following location: Port Hueneme, CA 93043. Inspection and acceptance will be performed at the government destination by a government representative. REQUIRED DELIVERY DATE: 45 days after contract award The following provisions and clauses apply: 52.202-1, Definitions; 52.203-6, Restrictions on Subcontractor Sales to the Government; 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; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-7 Information Regarding Responsibility Matters; 52.211-6 Brand Name or Equal; 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; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 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; 52.222-41, Service Contract Act of 1965; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7003, Agency Office of the Inspector General; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, 252.225-7036, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program Transportation of Supplies by Sea; 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. 52.252-2 Clauses Incorporated By Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/comp/far/ and DFAR Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ All proposals 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 the below listed Government point 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). All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.uscontractorregistration.com. Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAMS database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your proposal. To be considered, proposals must be received by 12:00 PM PST on 14 September 2012. Proposals can be sent to the Contract Specialist, Lenette Santana via email lenette.santana@navy.mil. Facsimile proposals will not be accepted. All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412R0092/listing.html)
- Record
- SN02863887-W 20120902/120831235135-6c1417a461ebf21feededc1697886221 (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 |