Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOLICITATION NOTICE

66 -- COMPETITIVE AQCUISITION For One (1) AC Dynamometer - Provisions and Clauses

Notice Date
9/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-R-0072
 
Archive Date
10/3/2018
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses 6. Description: Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. THIS A FULL AND OPEN COMPETITION. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 published 22 August 2018. For purposes of this acquisition, the associated NAICS code is 334516.The small business size standard is 1,000 Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 001: AC Dynamometer, one (1) each. Specifications/Requirement: ARL requests delivery of one (1) Alternating Current (AC) Dynamometer with the following characteristics: The dynamometer shall be a turnkey four quadrant low inertia AC motor and line-regenerative variable frequency drive. The stand will be used to map performance of motors, as well as capable of running hardware-in-the-loop integrating with more complex system models running in real time. The stand shall include: four quadrant dynamometer, Variable Frequency Drive (VFD), all electrical cabling and required instrumentation and controls, stand weldment with test article attachment points, torqemeter and encoder, couplings and intermediate shafting to initial test article, documentation and support as described below. The contractor shall deliver this dynamometer system with the following minimum Government specifications: Performance • The dynamometer shall have a maximum speed of at least 12,000 rotations per minute (rpm), base speed between 4000-6000 rpm. • The dynamometer shall be capable of delivering 200 hp continuous power from 4000-8000 rpm and a minimum of 150 hp at 12,000 rpm. • The dynamometer shall be capable of delivering a minimum of 250 ft·lb of torque from near-0 rpm to base speed. • The dynamometer rotor shall have an inertia no greater than 7 lb·ft2, with high transient acceleration capability and inertia simulation. • The dynamometer shall be capable of accurate and stable operation at low power levels of 5-20 kilowatts (kW), at speeds down to 1000 rpm. • The stand shall be capable of maintaining load accuracy within 0.2 kW at loads from 7kW - 20kW Electrical • The dynamometer shall accept Input Voltage: 480 Volts Alternating Current (VAC) (3 phases) • The dynamometer shall accept Input Frequency: 60 Hertz (Hz) • The dynamometer shall be line -regenerative to 480 VAC mains • The dynamometer shall include up to 50 feet (ft) of phase-balanced VFD power cables to connect motor drive to dynamometer • In the event of a loss of the AC supply power, the system supplied by the Contractor shall be configured to detect the loss of AC mains and isolate within 100 ms. Physical • The test stand shall include a mounting interface to allow flexibility in attachment of units under test (UUT) of varying configuration. This interface shall allow future Government-supplied interface adapters to be mounted for UUT beyond the initial UUT. • The Contractor shall supply a mounting interface adapter for the initial unit under test, with test article dimensions and mounting hole pattern specified after contract award. • The test stand shall include a test article physical envelope of at least 24" H x 24" L x 24" W. • The Contractor shall supply intermediate shafting and interfaces to connect the unit under test to the dynamometer. • The dynamometer motor shall be mounted on a heavy duty weldment base with lifting features allowing the base and dynamometer to be moved by forktruck and/or overhead crane/hoist. • The dynamometer shall be removable from the stand to be mounted to other weldments as necessary. Instrumentation and Control • The Contractor shall provide a turnkey control system for the dynamometer that does not preclude integration with a Government-supplied National Instruments, Inc. manufactured control and data acquisition system running Labview software. If software is included with the dyno or if it is available but at additional cost, state this in your proposal. • In addition to any Contractor-provided interface, the control system shall accept Government-provided torque and speed controls relayed as analog voltages and digital enable commands. Any digital communication shall have latency of less than 20 milliseconds (ms), with less than 10 ms preferred. • The control system shall include configurable warnings and shutdowns to protect the stand from operating at damaging conditions. • The stand shall allow remote analog monitoring of torque, speed and other parameters by a Government supplied data acquisition system, to be installed after delivery of the stand. • Any signals measured by the control system for the purposes of verifying stand health (such as temperatures, vibration, etc.) shall be made accessible to a Government-supplied data acquisition system via OPC-UA or other mutually agreed method. • The dynamometer shall be controlled from an adjoining control room via Ethernet communications and a hard-wired emergency stop. Wire bundles and runs shall be kept to a minimum. • The dynamometer shall be capable of future integration by the Government with hardware-in-the-loop configurations using real-time modeling in environments such as Opal RT and Simulink. • The stand shall include a 0.05% full scale accuracy or better non-contact torque transducer • The stand shall reserve an open volume for mounting a 600 mm x 800 mm enclosure to the stand in which the Government's data acquisition system will reside. The mounting location shall be selected to minimize electromagnetic interference (EMI) from power components. • The stand shall include provisions for conducting dead-weight calibration of torque sensor • The VFD shall be capable of setpoint ramp of 10-90% torque/speed commands within approximately 3 ms Safety • UL/NRTL: Provide list of stand components that are UL (previously Underwriters Laboratories) listed or tested by a Nationally Recognized Test Laboratory (NRTL) recognized by the Occupational Safety and Health Administration (OSHA). For commercial items, UL listing and/or NRTL tested is preferred but not required. • Shall include hazardous fault protections. • Shall include remote shutdown interlock. • Shall include shaft safety guards around rotating hardware. Installation Support • The contractor shall provide on-site installation support, commissioning and training for operation and maintenance of the stand. Cost proposals shall detail the duration and nature of installation support, commissioning and training. • The contractor shall commission the installed dynamometer at Bldg. 4603, Aberdeen Proving Ground, MD. Commissioning shall include a test to demonstrate that after loss of AC power, the drive isolates from the main supply within 100 ms. • The contractor shall provide a minimum of 40 hours of remote technical support within one (1) year of delivery at no additional cost for the purpose of answering questions and providing information necessary to integrate the dynamometer controls and acquisition with Government-provided equipment. Documentation • The Contractor shall provide all software application programs and technical data to the Technical Point of Contact within two (2) weeks of dynamometer delivery. Warranty • The Contractor shall include a minimum of one (1) year warranty and support contract from the date the stand is accepted by the Government. Government Furnished Equipment and Services • Process chilled water at 40-60 °F and 40-80 psig supply is available for cooling • Compressed air is available at 110-130 psig • 120VAC, 208VAC, 277 VAC and 480 VAC electrical service is available Contractor and all associated sub-contractors' employees shall provide all information required for background checks to meet installation access requirements to be accomplished by Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. Delivery: Delivery is required within three (3) months after contract award. Delivery shall be made to U.S. Army Research Laboratory, Building 321, 6375 Johnson Road, Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at Destination. The FOB point is Destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: • High dynamic response of the integrated system achieved for example through a low inertia rotor and high response motor drive • Transient overload capability of the integrated stand beyond 110% to up to 150% of motor rated capacity • Highly accurate and stable loading at low end of power range such as the 5-10 kW range The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include __3__ records of sales from the previous _36__ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-3 GRATUITIES (APR 1984) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO GOVERNMENT (SEP 2006) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED SUSPENDED OR PROPOSED FOR DEBARMENT (OCT 2015) 52.212-3 ALT I OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2017) ALT I (OCT 2014) 52.215-20 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37 EMPLOYEMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONA LABOR RELATIONS ACT (DEC 2010) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2016) 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005) 252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013) 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008 ONLY ONE OFFER (OCT 2013) 252.225-7013 DUTY FREE ENTRY (MAY 2016) 252.225-7020 TRADE AGREEMENTS CERTIFICATE (NOV 2014) 252.225-7021 TRADE AGREEMENTS (DEC 2016) VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SET-ASIDE (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM - APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS AMC-LEVEL PROTEST PROGRAM VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. VIII. The following notes apply to this announcement: NONE. IX. Offers are due on 18 September 2018, by 11:59 AM Eastern Standard time (EST), via email to Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil Please reference solicitation W911QX-18-R-0072 on any correspondence. X. For information regarding this solicitation, please contact Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil, CC Daniel Balizan daniel.j.balizan.civ@mail.mil. Please reference solicitation W911QX-18-R-0072 on any correspondence. Place of Performance: Contractor Facility Set Aside: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d80e8be46dd5f46f888ea93df04a9da)
 
Record
SN05073266-W 20180907/180905231152-7d80e8be46dd5f46f888ea93df04a9da (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.