Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2004 FBO #0859
SOLICITATION NOTICE

K -- Upgrade of Ling 335 Exciter

Notice Date
4/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-04-T-0031
 
Response Due
4/15/2004
 
Archive Date
6/14/2004
 
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
Total Small Business
 
Description
W9124R-04-T-0031 Upgrade of Ling 225A Exciter 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-21 (26 March 2004) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20040323. This acquisition is set aside 100% for small businesses. The North American Industry Classification System (NAICS) is 811219 (SIC Standard Industrial Classification number 3699) with a size standard of $6 million. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html . All quotes shall be clearly marked with the Solicitation number W9124R-04-T-0031 and e-mailed to Laura.StJohn@yuma.army.mil no later than 4:30 p.m. Mountain Standard Time (MST), 15 April 2004. The quote shall consist of Contract Line Item (CLIN) 0001, Upgrade of one Ling 335A Exciter. The Offeror Representations and Certifications referred to later in this notice must be included with the quotation. Statement of Work is as follows: LING 335A EXCITER UPGRADE 1. SCOPE The work covered by this specification includes furnishing all labor, materials, and services required to upgrade a Ling Electronics model 335A vibration exciter located at the Army Yuma Test Center (YTC). The exciter requires upgrade from 1 inc h to 2 inch peak-peak displacement. The existing exciter is serial number 63, connected to a Ling DMA-48/24D amplifier. The work shall be accomplished in accordance with the specification and standards referenced. 2. APPLICABLE PUBLICATIONS The following specifications and standards listed below, but referred to thereafter by basic designation only, form a part of this specification to the extent indicated by the references thereto. The current issue of the speci fied documents in effect at the time of solicitation issuance is applicable. National Electric Code, National Fire Protection Association Regulation, OSHA, Occupational Safety and Health Administration, General Industry Standards, Title 29, Part 1910. 3. GENERAL REQUIREMENTS 3.1 EXCITER MODIFICATIONS The exciter requires modification to permit the performance of high displacement vibration and shock tests. The modification shall permit full performance to original force and frequency bandwidth at the 2 inch displacement a s limited by the existing amplifier capacity. The exciter shall be disassembled and existing components inspected for damage. The YTC contracting office shall be notified following the inspection if the equipment condition is inadequate to perform the modi fications. The contractor shall supply part numbers and documentation for all replaced exciter components to permit future equipment maintenance. Disposal of excess and scrap material resulting from the modification is the responsibility of the contractor . The required modifications are summarized below. The upgrade shall include replacement of the armature to expander head attachment insets such that no mechanical interference exists between the existing expander head and exciter body for a 2 inch displac ement. The contractor may propose alternate or additional modification options to obtain a greater displacement or higher performance capabilities. Displacement: The exciter displacement travel shall be modified from 1.0 to 2.0 inch. The displacement between mechanical overtravel stops shall be at least 2.20 inches. Bearings: The armature upper and lower hydrostatic bearings shall be replaced or modifie d to permit the 2 inch displacement without a loss of lateral load capacity. Overtravel switches: The location of the overtravel switches shall be modified to the 2 inch displacement requirement and adjusted for correct overtravel protection. Armature Flexures: The existing armature flexures shall be replaced with flexures rated for the modified exciter displacement. OPCS: The existing Optical Pneumatic Centering System (OPCS) shall be repositioned to operate for the modified exciter displacement. Body and Hydraulic Seals: The existing exciter body seals shall be inspected and replaced where required. The hydraulic seals from disassembled components shall be replaced. 3.2 ELECTRICAL Modification of the existing electrical power wiring is not anticipated. If modifications are required, all wiring and electrical equipment shall remain compatible to the original wiring specifications to maintain facility compliance wit h National Fire Protection Association Regulation Requirements and National Electric Code for Class 1 Division 1 Group D locations for explosive material testing capability. The exciter power and control connections required shall remain compatible with th e existing cabling connections. 3.3 EQUIPMENT SAFETY The modified equipment supplied shall meet the safety regulations for general industry as specified in OSHA, Occupational Safety and Health Administration, General Industry Standards. Locations that have hazardous equipment or re quire personnel caution shall have permanent decals specifying the hazard(s). Electrical connections and installed equipment shall have decals to identify operating voltage and electrical safety hazards. A protective cover or guard shall be provided for al l rotating and moving equipment and extreme temperature surfaces to prevent accidental operator or maintenance personnel injury. 3.4 WORK SITE The work shall be performed at the contractor facility. The contractor shall provide all facilities and equipment for the installation of the required components in the exciter. YTC will ship the exciter to the contractor facility. Return shipping cost of the modified exciter from the contractor facility to YTC shall be included in the contract. YTC will provide a crane or forklift to remove the exciter from the contractors transport vehicle on return shipment. YTC personnel will uninstall and reinstall the exciter in the test facility. The contractor is responsible for insuring that the exciter is adequately packaged for return shipment transportation. The Contractor shall provide YTC a 30 day advance notice of the proposed return shipping date. 3.5 WARRANTY The proposal shall define the terms and conditions of the exciter warranty following reinstall at YTC. The time duration of the warranty shall be specified in the proposal. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement; (i) Proposal demonstrates a technical understanding of the specification requirements, (ii) Proposal complies with the exciter hardware replacement requirements, (iii) Proposed modification will adequately document part numbers and components used in the upgrade to permit equipment maintenance, (iv) Proposal provides adequate inspection of the disassembled exciter to reduce the possibility of exciter failure at the higher displacement, (v) Proposal includes a warranty time for the modified exciter; (2) price; and (3) past performance. 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 considerati on. 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). NOTE: THE FOLLOWING OFFEROR REPRESENTATIONS AND CERTIFICATIONS 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 FAR 52.212-3 and DFAR 252.212-7000 Offeror Representations 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 comp lete the required information. These Representations and Certifications are also available on our web site at http://143.84.169.6/contracting/rfq.html. 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: FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003), 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 (Mar 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); and 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 (Jan 2004) applies to this Acquisition, and specifically 252.225-7001, Buy American Act Trade Agreements Balance of Payments Program (Apr 2003). 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 Laura.StJohn@yuma.army.mil or facsimile (928) 328-6849 for notification of any 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
SN00558373-W 20040403/040401212329 (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.