Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
MODIFICATION

14 -- Amendment with answers to technical questions; extension of closing date for One Acoustic Environmental Engine Test Cell that will be used for R and D testing to perform environmental static ground testing of propulstion systems.

Notice Date
7/2/2007
 
Notice Type
Modification
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-07-T-2007
 
Response Due
7/13/2007
 
Archive Date
9/11/2007
 
Point of Contact
Ruth A. Woodham, 256-876-3149
 
E-Mail Address
US Army Aviation and Missile Command (Missile)
(ruth.a.woodham@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment to Solicitation number W31P4Q-07-T-2007 is being issued to extend closing date for receipt of request for quotes regarding subject combined solicitation/synopsis below and to post requested answers to technical questions. Closing dat e for receipt of request for quotes is extended from 2 July 2007, noon (CST) timeframe given in original announcement TO 13 July 2007, noon (CST). Graph of Noise Profile will be provided via e-mail upon request. TECHNICAL ANSWERS TO QUESTIONS ASKED: 1. Is site-clearing required by the contractor? No 2. Will excavation and grading be required by the contractor? No 3. Will a slab be provided by the contractor? There is an existing slab 4. Are utility connections points available near the proposed site? How far? Yes, in the same building. Contractor just needs to supply connection points to chamber. Local technicians will provide hookup. 5. Are there requirements for dynamometer cooling water system? Not currently 6. Are there requirements for an engine air start system? Not currently 7. Are there requirements for a control room or equipment room? No 8. Are there detailed specs for the lights and outlets, i.e. operating environment? Not sure what is being asked for. Explosion proof lights and outlets are not required. Prefer low profile fluorescent lighting. 9. Are there requirements for conduit runs within the test cell? No 10. Will a hoist or engine handling system be required by the contractor? No 11. Will a connection to sanitary sewer be required by the contractor? No 12. Will an oil/water separator be required by the contractor? No 13. The 50dBA noise criterion is achievable only if the source is defined. Most helpful would be a specific engine type and associated noise spectrum. The source is a 40  100 hp heavy fuel Unmanned Arial Vehicle (UAV) engine. The current 40hp engine generates around 130 dBA within 4-5 feet of the exhaust pipe. This should represent a worst case sound pressure level. The only noise spectrum informati on we have is from a ground run of the current 40hp engine (see below). It is not known if this would be representative of all engines in the desired size range (40-100). ORIGINAL ANNOUNCEMENT: The US Army Aviation and Missile Command intends to issue a contract for the following requirement: One Acoustic Environmental Engine Test Cell that will be used for Research and Development testing to perform environmental static ground testing of propul sion systems and shall be suitable for testing loaded by either a propeller or dynamometer. Any additional costs for shipping to FOB destination to Redstone Arsenal, AL and the estimated delivery timeframe after receipt of order (ARO) shall be included on quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. CLIN 0001 will be issued for the following items and quantities: One Acoustic Environmental Engine Test Cell, to include the following specifications: (a) ENCLOSURE; (1) Internal Dimensions 12 foot W X 26 foot L X 8 foot H (Overall height shall be 8 foot 6 inches maximum with customer approved allowances for lifting lugs), (2) Entry Door 7 foot H X 6 foot W double d oor, with location to be determined, (3) Thermal Insulation R16 minimum, walls, ceiling, and door, (4) Fire Rating 2 hours minimum*, walls, ceiling, and door, (5) Ceiling Dead Load Capacity 150 psf minimum, (6) Noise Reduction (based on internal noise so urce) 50 dBA at 3 feet from external wall, (7) Internal Operating Environment -40 degrees F. to 140 degrees F. and 0-100 percent RH (condensing); (b) ELECTRICAL; (1) Electrical Outlets 12 pre-wired duplex outlets located 18 inches minimum from floor, with locations to be determined, (2) Lighting 2 - 8 foot pre-wired ceiling mounted florescent lights, (3) Breaker Panel Externally mounted with location to be determined; (c) PENETRATIONS; (1) HVAC System Supply and Return Ports 2 each, 36 inches X 24 inches with mechanically actuated fire dampers (1.5 hour*) and externally mounted silencers (50 dBA noise reduction, based on internal noise source , at 3 feet of external wall) with locations to be determined, (2) Engine Exhaust Port silenced wall mounted port with mechanically mechanically actuated fire damper (1.5 hour*) and externally mounted silencers (50 dBA noise reduction, based on internal no ise source, at 3 feet of external wall). Duct size shall be sized to support a gas flow rate of 200 CFM with minimal pressure drop and with locations to be determined, (3) Ventilation System 750 cfm fan with mechanically actuated fire damper (1.5 hour*) w ith locations to be determined, (4) Instrumentation and Control Cable Pass-Throughs 2 separate (one for instrumentation and one for control), Specified Technologies, Inc, EXDP33FWS Pathways, installed and with locations to be determined; (*Specified minimu m fire ratings shall be certified by testing at a nationally recognized testing laboratory (NRTL), such as, Underwriters Laboratory, Factory Mutual, US Gypsum, or Southwest Testing Laboratory.); (d) TURNKEY INSTALLATION; plus, (e) ANY ADDITIONAL SHIPPING COSTS for FOB destination Redstone Arsenal, AL. The place of delivery, acceptance, and FOB Destination point is Central Receiving, Building 8022, Redstone Arsenal, Alabama, 35898, marked for the attention of Gary Kirkham, AMSRD-AMR-PS-PT. All responsible sources may submit an offer, which shall be considered by the Agency, if received by 12:00 noon (CST) 13 July 2007 (extended from 2 July 2007). Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.212-1, Instructions to Offerors - Commercial; Clause 52.212-3, Offeror Represen tations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, are applicable to th is acquisition. Offer is due not later than 12:00 noon, (CST), 13 July 2007 (extended from 2 July 2007), in the contracting office, Building 5400, Room B148, Redstone Arsenal, Alabama, 35898-5250. Electronic quotes may be submitted to: ruth.a.woodham@redst one.army.mil or via facsimile at 256.876.1631, marked to the attention of Ruth Woodham. Quotes/offers received after the specified due date and time will not be considered for award. For further information regarding this solicitation, contact Ruth Woodham , 256.876.3149 or Beverly Gonzales, 256.876.5326 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAH01/W31P4Q-07-T-2007/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01333523-F 20070704/070702222801 (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.