Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2004 FBO #0845
SOLICITATION NOTICE

59 -- Brand Name or Equal DNV ST-24 Computerized Starter Tester

Notice Date
3/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-4068-0006
 
Response Due
3/24/2004
 
Archive Date
5/23/2004
 
Point of Contact
Laura St. John, 928-328-6124
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(laura.stjohn@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
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. Quotes are being requested and a written solicitation will not be issued. This is an urgent requirement and no amendments to the solicitation will be issued. This requirement is being issued under the Simplified Acquisition Procedures (SAP) as a Brand Name or Equal in accordance with the Federal Acquisition Regulation (FAR) 52.211-6. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20(23 Feb 2004) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20040223 It i s anticipated that payment will be made by Government VISA Credit Card. This is an unrestricted acquisition. The North American Industry Classification System (NAICS) is 336322 with a size standard of 750 employees. The quote shall consist of Contract Line Item (CLIN) 0001, quantity of one (1) each DNV Electronics ST-24 Computerized Starter Tester. Specifications and functions of the ST-24 computerized starter tester are as follows: Checks the starter simulating real working conditions of the vehicle, analyzing the device timing to detect solenoid, drive and spring problems; automatically recognizes the starter rotation direction and applies a programmable load; returns the mechanical energy produced from the starter back to the power supply to reduce power consumption; able to scan in a set of programmable points for the performance curve in less th an 10 seconds, increasing the accuracy and decreasing the result variation caused by temperature; has a built in separate power supply for the starter and for the solenoid; provides a precise waveform analysis for accurate armature and commutator diagnost ics; has the capability to check the results against preset limits and generate a programmable output report; and must have the following specifications: (1) A programmable starter power supply 3000 Amps, 6-3- Volts with a power supply ripple less than 100mV (2) A programmable solenoid power supply 120 Amps, 6-30 volts (3) An energy recuperation function returning 98% of the starter energy (4) The tester measures actual starter free run speed (no load) (5) Measures starter timing (6) Measures starter current at 0-50000 Amps, 0.15%; starter voltage 0-40 Volts, 0.15%; starter speed 0-20,000 RPM, 1%; starter torque 0-250 NM; solenoid current 0-120 Amps, 0.2%; contact voltage drop 0-5 Volts, 0.2%; starter efficiency 0-100%; starter out put power 0-20 kW, 0.5%; and starter input power, 0-50 kW, 0.5% (7) Verifies R terminal function (8) Checks MAG Switch operations (9) Has test modes in manual, report generation, automatic, and special mode formats (10) Test procedure must be completely customer programmable (11) Must have universal fixtures for different starters (12) Must have a built in computer in a separate NEMA enclosure. This machine is used to test starters. Equal to offers must meet ALL the above specifications. IT IS STRONGLY ADVISED that you review FAR 52.211-6 for information on submitting an equal to quote. All quotes shall be clearly marked with the Solicitation number W9124R-4068-0006 and e-mailed to Laura.StJohn@yuma.army.mil no later than 2:00 Mountain Standard Time (MST), 24 March 2004. Offers that fail to furnish required representations or information as required by 52.212-1 cited below, or reject the terms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible bidder whose bid conforming to the solicitation will be the most advantageous to the Government based on technical acceptability and price. Note: The following Offeror Representations and Cert ifications must be completed and submitted with your quote: FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items (Jan 2004) and DFARS 252.212-7000 Offerors Representations and Certifications - Commercial Items (Nov 1995). In order to complete the above Offeror Representation and Certifications you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a Word document, and complete the required informati on. These Representations and Certifications are also available on our web site at http://143.84.169.6/contracting/rfq.html. The following FAR Provision is incorporated by reference and applies to this acquisition: FAR provision 52.212-1 Instruction to Offerors Commercial Items (Jan 2004). The following clauses and provisions also apply to this solicitation, and must be reviewed, although you are not required to fill in any information or return copies of them: FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition, and specifically addendum 52.247-34, F.o.b. Destination (Nov 1991). FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2004) applies to this acquisition and specifically, 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party (May 1999). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2003) applies to this Acquisition, and specifically 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (JAN 2004). After reviewing the solicitation, if you plan on participating in this acquisition you are required to provide your name, address, phone number and e-mail address via e-mail or facsimile (928) 328-6849 to the address provided herein for notification of ame ndments. SEE NOTE 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00549739-W 20040320/040318213929 (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 |
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.