Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

52 -- Continuous Friction Measurement System

Notice Date
4/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Mail Stop E65-101, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTFH61-09-R-00016
 
Point of Contact
Lorraine C Wilson,, Phone: 202-366-6010
 
E-Mail Address
lorraine.wilson@dot.gov
 
Small Business Set-Aside
N/A
 
Description
Continuous Friction Measurement System This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included herein. The Federal Highway Administration (FHWA) has a requirement to provide one (1) Continuous Friction Measurement (CFM) System. This competition is unrestricted. All manufacturers of commercial equipment are invited to propose. The NAICS code for this solicitation is 334519. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The provisions of Federal Acquisition Regulation (FAR) Part 52.212-1 apply. The clauses at 52.212-4 and 52.212-5 apply to this acquisition, and will be included in any award resulting from the notice. This solicitation with its documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. Full text for these FAR provisions and clauses may be accessed at http://www.acquisition.gov/far/. All interested parties should submit their offer in accordance with the solicitation. Background The FHWA currently administers a Friction Equipment Loan Program to benefit State Highway Agencies. For those Agencies who are considering changing their friction measurement equipment, the loan program provides a means to evaluate several types of continuous friction measurement systems under typical use conditions, prior to making a procurement decision. The equipment loan program supports the implementation of the AASHTO Friction Guide and the pending FHWA Technical Advisory on Pavement Friction Management. The new Technical Advisory will expand the type of equipment recommended for use on a friction management program to include continuous friction measurement equipment. The friction and texture measurement equipment currently deployed through this equipment loan program include: •Circular Texture Meter (3 units) •Dynamic Friction Tester (3 units) •Griptester (2 units) The program is administered for the FHWA by private contractors including Burns Cooley Dennis for the CTM and DFT, while Virginia Tech Transportation Institute administers the equipment loan program for the Griptester. The role of the contractors is to provide for delivery/shipment of the requested devices, provide on—site orientation and continued technical assistance to requestors, as well as routine maintenance of the returned devices. Under this solicitation, a vehicle–integrated, continuous friction measurement device will be acquired to complement the existing inventory of equipment. Description: The Continuous Friction Measurement (CFM) System shall consist of a friction testing subsystem and a vehicle subsystem. The CFM System shall have the following minimum characteristics: •Performs friction testing in the wheel path, in accordance with ASTM E2340 (0.5mm water depth) using ASTM E1551 tire •Performs macrotexture testing in the same wheel path as friction testing in accordance with ASTM E1845 while traveling at 60 mph •Friction test subsystem shall be integrated into the vehicle (no trailer deployed systems) •Friction test subsystem shall have a data collection, analysis, storage, and output system consistent with indicated functionality. •The vehicle subsystem shall not exceed 16,000 pound GVW The vehicle subsystem proposed shall with vehicle size, maneuverability, horsepower, torque, and towing capacity. The friction testing subsystem shall utilize additional test sensors to adequately characterize the friction and macro-texture characteristics of in-service pavement. Evaluation Method Award will be made based on “Best Value” to the Government, using the evaluation criteria listed below. Technical and other factors when combined, are more important than price. •Technical capability of system to meet the Government’s requirements as described above •Capacity of system to perform testing before requiring refilling of water (miles of continuous testing with on-board water supply) •Seating capacity of vehicle subsystem •Extent of customer support and Terms and Conditions of Warranty •Demonstrated track record of performance •Overall Price Proposal Instructions Proposals shall be submitted directly to the Government Contract Specialist listed in this announcement. Proposals shall be in two separate volumes. Volume 1 should include everything, but excluding price. Volume 2 should include pricing only. If emailing your submission, use two separate attachments. Proposals should include all information necessary to establish that the Government’s requirements can be met. This can include commercial brochures, test results, specifications, and any other relevant information and/or documentation. Pay attention to the description of the Government’s requirement, and the method of evaluation. Be sure to include information on warranties, customer support, and proven track record of performance. Please include a completed copy of the FAR Provisions at 52.212-3 with your offer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=950f19807b9e4e44638528f675674b77&tab=core&_cview=1)
 
Record
SN01800938-W 20090425/090423221332-950f19807b9e4e44638528f675674b77 (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.