Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
SOLICITATION NOTICE

66 -- Programmable Steering Machine

Notice Date
8/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 400 7th Street, SW Room 5301, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
DTNH22-06-R-08631
 
Response Due
8/23/2006
 
Archive Date
9/7/2006
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number DTNH22-06-R-08631 applies and is being issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-12. Competition for this requirement is ??full and open.?? The applicable NAICS Code is 423830. The National Highway Traffic Safety Administration (NHTSA), Vehicle Research and Test Center (VRTC) has a requirement for a quantity of one (1) programmable steering machine to facilitate heavy vehicle ESC performance test development and ESC performance evaluation. Additionally, this steering machine must be capable of performing NHTSA??s NCAP dynamic rollover resistance tests and light vehicle ESC compliance assessment tests. The steering machine shall have the following characteristics in order to meet the technical program requirements: 1) the dimensions of the steering machine must not prevent the driver from safely operating the vehicle from the driver??s seat when the controller is not engaged, 2) be capable of operating within the mechanical limitations of any vehicle (light or heavy; ?b900 degrees) with an angular position accuracy of ?b3%, 3) be capable of steering at rate of 0-750 deg/sec with an accuracy of ?b6% for up to 2.4 seconds, and at rate of 0-1000 deg/sec with an accuracy of ?b10% for up to 1.8 seconds, 4) be capable of producing at least 60 N-m of torque at a steering wheel rate of 1000 deg/sec, 5) be able to receive vehicle speed data so as to automatically initiate a maneuver within ?b1.0 mph of a desired magnitude within 10 milliseconds, 6) must have the provision for reversing the direction of steer once a data channel signal has entered a user-defined window, 7) provide an analog output for steering wheel angle, 8) provide an analog signal for triggering an external device, 9) must be easily installed without causing damage to the vehicle, 10) the steering controller must be able to be attached to OEM steering wheels up to 22 inches in diameter, 11) the steering machine interface must be easily accessed so as to facilitate adjustments while the driver is restrained by a four-point safety belt, 12) the installed steering machine shall not impair the driver??s ability to safely retain their seating position during severe maneuvers. The Government requires delivery within 12 weeks after award. Accelerated delivery is preferred. This requirement shall be quoted with FOB Destination. Quotations must contain: 1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; 2) Prices ?V price per unit shall be submitted. As applicable, any proposed discount, on a most-favored customer basis, shall be identified; 3) Detailed technical description of unit proposed. Any discrepancy from the stated specification shall be clearly annotated. 4) Proposed Delivery Schedule and confirmation that delivery can be made within the stated required delivery time. 5) Brief history of experience by the company in manufacturing this or other similar programmable steering machines; 6) Name of and signature of an authorized company representative along with telephone and fax number. 7) A completed copy of FAR 52.212-3 Offeror Representations and Certifications ?V Commercial items must be submitted along with the Offeror??s quote prior to receiving award of a purchase order. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors ?V Commercial Items; 52.212-2 Evaluation ?V Commercial Items. The government may award a purchase order resulting from this RFQ to the responsible contractor whose quote, conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following non-price factors, listed in descending order of importance, will be used to evaluate quotations: 1) Ability to meet technical specification. (2) Past Performance. (3) Delivery Schedule - accelerated delivery is desired and will be evaluated higher than delivery at 12 weeks. These three factors will be evaluated with the same significance as price. For evaluation of Past Performance, the offeror must provide at least two references for contracts/purchase orders of similar products within the last three (3) years. Each reference must include customer??s name and address, contact person, date of performance, telephone number and contract value. If the offeror has no Past Performance information, then it will be rated on its ability to meet the technical specification, delivery schedule and on price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items apply. Under 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, the following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.222-3 Convict Labor; 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; 52.222-19 Child Labor?XCooperation with Authorities and Remedies; 52.225-3 Buy American Act?XNorth American Free Trade Agreement?XIsraeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination. Full text of the clauses may be accessed electronically at the internet site http://www.arnet.gov/far. All vendors must be registered in the Central Contractor Registry (CCR) at the time offers are received to be considered for award. Vendors may register at www.ccr.gov. Quotations are to be forwarded to the following address, to be received no later than 2:00 p.m., August 23, 2006: Vehicle Research & Test Center, P.O. Box B-37, East Liberty, OH 43319, Attn: Robin R. Esser, Contracting Officer. Quotes may also be e-mailed to robin.esser@NHTSA.DOT.GOV or faxed to (937) 666-3590. The anticipated award date is September 8, 2006.
 
Record
SN01108888-W 20060810/060808220758 (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.