Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2006 FBO #1662
SOLICITATION NOTICE

66 -- Eddy Current Dynamometer

Notice Date
6/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-06-T-0082
 
Response Due
6/30/2006
 
Archive Date
7/15/2006
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number FA7000-06-T-0082, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 334519 and the business size standard is 500 employees. The proposed acquisition is reserved for 100% small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. The FOB for this RFQ is Destination. The required delivery date is NLT 1 August 2006. Quotations received with other than FOB Destination pricing will not be considered. The USAF Academy, Aeronautics Laboratory has a requirement to UPGRADE their SuperFlow NGE Pro-Consol System by ADDING an Eddy Current Dynamometer. The Eddy Current Dynamometer will be an off the shelf commercial item. The Eddy Current Dynamometer will not be modified in any way that could possibly void any current SuperFlow warranties or service maintenance agreements. These requirements must be complied with: 1. The unit must be100% compatible with existing WinDyn Software V 2.3 and SuperFlow NGE data acquisition system. This is to ensure proper performance and compatibility and minimize training. 2. The Eddy Current absorber must be air cooled and include properly sized integrated air ducts inside the Eddy Current Cube and will include fans to supply proper intake cooling air and direct the heated exhaust air away from the eddy current absorber and cube 3. The Eddy Current absorber must be supported with trunnion bearings and integrated rigid steel cube frame whereby the top of the cube will accept integral adjustable engine adapter plate with sprockets and belt drive mechanism. 4. Direct coupling of engine?s crankshaft to absorber via a drive shaft or other ?in-line? direct coupling of engine crankshaft to absorber will not be accepted. 5. The Eddy Current absorber shall include integrated magnetic speed pick up and a 60-tooth gear. 60-tooth gear shall be able to be moved to either side of the eddy current absorber without modification to absorber. 6. The Eddy Current absorber shall include externally mounted temperature compensated ?load cell?. 7. Calibration of load cell will be by calibration arm that is mounted to eddy current cube. 8. The Eddy Current must interface to the SuperFlow sensor input box for all Thermocouple, pressure and analog inputs. 9. The Eddy Current must interface to the SuperFlow PID controllers for the Eddy Current. 10. The Eddy Current must have an Engine adapter that will accept various small engine mounting such as rear plate and aircraft engine four point mounts. 11. The Eddy Current must be 115/220 Vac and supplied with all power cords. 12. The Eddy Current must include all connecting cables and fixtures to adapt to the SuperFlow unit. 13. The Eddy Current must be capable of changing drive speeds to support geared engines. 14. The Eddy Current must be able to hold +/-30 RPM at all operating ranges, continually for at least six hours. 15. The Eddy Current must be able to support testing of engines from 10 to 150 HP 16. The Eddy Current must be able to support small engines developing 10 to 120 Ft/Lbs torque 17. The Eddy Current must be able to support small engines up to 12,000 RPMs 18. The Eddy Current must be enclosed in a frame to prevent injury from belt, hoses or gears. 19. The Eddy Current must be compact to fit inside a three foot by five foot, footprint. 20. The Eddy Current must be shipped with all operating manuals and other documentation. 21. The Eddy Current must be complete self contained with no external cooling requirements 22. The Eddy Current frame needs to be shock mounted with capability to be bolted to the floor. Possible options 1.RPM sensor (0 to 12,000 RPM) 2.Load cell Torque Sensor (0 to 150 Ft/Lbs) 3.Fuel Flow sensor (0 to 20 GPH) The Government will award a purchase order from this solicitation to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4, 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following: 252.225-7001, and Buy American Act and Balance of Payments Program, 252.232-7003, Electronic submissions of Invoices. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, June 30, 2006, by e-mail at kevin.crook@usafa.af.mil or mail to: Kevin Crook, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated.
 
Place of Performance
Address: USAF Academy, CO 80840
 
Record
SN01068667-W 20060615/060613221002 (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.