Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOLICITATION NOTICE

49 -- Transmission Evaluation Center Equipment

Notice Date
1/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W912KC-10-R-1004
 
Response Due
3/2/2010
 
Archive Date
5/1/2010
 
Point of Contact
Michael V. Brown, 717-861-6872
 
E-Mail Address
USPFO for Pennsylvania
(mike.v.brown@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Pennsylvania National Guard has a requirement for vehicle testing equipment for the support of mission functions at its Combined Support and Maintenance Shop (CSMS), Fort Indiantown Gap, Annville, Pennsylvania. 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. This RFP is being conducted using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. Point of Contact for this announcement is Mr. Michael V. Brown. Submit Questions via E-mail to: mike.v.brown@us.army.mil. The Solicitation Number is: W912KC-10-R-1004. The Solicitation is issued as a Request for Proposal (RFP). Proposals are due on Tuesday, March 2, 2010 at 1600 HRS (4:00 pm) EST at DMVA, Bldg. 0-48, USPFO-PA, P&C, Attn. M. Brown, Room 242, FTIG/Annville, PA 17003-5003. Three (3) copies of each Proposal shall be submitted in writing by delivery at the afore-mentioned address. Proposals shall be in 8-1/2 x 11 format with minimum 1 margins. This procurement is being issued as a 100% Small Business Set-Aside. NAICS Code is: 334519. The small business size standard is 500. This solicitation is set-aside for small business participation in accordance with FAR 19.502-2(b). In accord with FAR 52.212-2(a), the Government will award a contract 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 (in descending order of importance): (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; (iii) past performance; (iv) extent/nature of offered warranties; and (v) time to deliver installed after receipt of order. All evaluation factors other than price, when combined, are approximately equal to price. Evaluations will be based on information furnished by the Offeror in its Proposal and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE PROPOSAL. The Government intends to make award without discussions. FOB Destination, installed within consignee's premises. Proposals submitted on a basis other than FOB Destination, installed within consignees premises, will be rejected as nonresponsive. The delivery/installation location will be: CSMS-EAST, Bldg 10-101, Fort Indiantown Gap, Annville, PA 17003. Government personnel and material handling equipment will be made available to the successful offeror to assist with offloading and positioning of Items. By submission of a Proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. Proposals shall include the offerors CAGE Code, any prompt payment terms, and estimated time to begin performance ARO. The Government desires to have performance commenced at the earliest opportunity. A Firm Fixed Price (FFP) type purchase order is anticipated. This RFP has thirteen (13) line items, some with multiple items and/or quantities. An offerors proposal must include all line items. SCOPE OF WORK. The Government seeks proposals for the delivery and installation of a Transmission Assembly Evaluation Center consisting of commercial items, all of which are intended to be situated in a room (the CSMS Dynamometer Room) of the following dimensions: 226 inches X 222 inches. The CSMS Dynamometer Room is accessed by two doorways situated along opposite walls from each other: (1) 48 inches in width (103 inches Door 1 65 inches); and (2) 96 inches in width (108 inches Door 2 12 inches). Door 1 is an external building door and may not be blocked. Door 2 is an internal building door opening on a large maintenance area and may not be blocked. The CSMS Dynamometer Room has cold water access and the facility can accommodate maximum electrical requirements of 208V, 3 PHASE, 4 WIRE. All items/equipment in the successful offerors proposal must, collectively, be able to fit within the CSMS Dynamometer Room, while allowing for sufficient walking space around at least three (3) sides of the Transmission Dynamometer (described below). All powered items/equipment in the successful offerors proposal shall include all parts, pieces, wiring, transformers, safety disconnects, etc. that are necessary to connect the items/equipment to power sources and to ensure proper the operation of the items/equipment. Actual connections to Government power sources will be made by Government personnel. ITEM 0001 Qty: 1; Transmission Dynamometer - Transmission Test Stand designed for the testing of automatic and power shift transmissions. Must be capable of performing the following tests in accordance with published industry standards and published Army National Maintenance Work Requirements: accurately check shift points; set shift points; determine converter inlet & outlet pressures; measure output torque; monitor converter flow & temperature; check main, clutch and converter pressure; detect mechanical binding; check noise/vibration; identify clutch leakage; locate shaft seal leaks; downshift inhibitor test; full and closed throttle upshift and downshift test (loaded or unloaded); and electronic shift. The Unit shall be able to directly mount transmissions with SAE #1 flange and shall include the flange. Unit to be capable of simulating full or closed throttle conditions, as well as, the restriction experienced by automatic transmission fluid and/or oil as it flows through a vehicles cooling circuit. The cooling system / heat exchanger for the Unit shall provide for the use of recovered materials / recycling of water or other cooling fluids. The Unit shall also include a sound deadening feature. Unit to include a Computerized Data Acquisition and Control System that will provide consistent automated test results for electronically controlled transmissions; monitor and record and generate electronic and printed reports for the speeds, torque, pressures, temperatures, flow rates & shift events of various models of in-line transmission assemblies; provide for the repeatability of test procedures; and generate electronic and printed records of performance parameters exhibited during testing; and allow operator to control acceleration and deceleration rate of transmissions being tested. The Computerized Data Acquisition and Control System may be a component part of the Transmission Dynamometer or it may be a separately priced item. However, it must be fully and completely interoperable with the Transmission Dynamometer. At a minimum, the Transmission Dynamometer and/or Computerized Data Acquisition and Control System is to be delivered Pre-Programmed to perform transmission assembly testing in accordance with applicable industry (transmission manufacturer) standards and applicable National Maintenance Work Requirements (NMWR) for the following types of transmission assemblies: 3L80E / THM400 NMWR 9-2520-581 4L80E NMWR 9-2520-582 AT545/AT1545P NMWR 9-2520-586 HT740 - NMWR 9-2520-597 HT740D NMWR 9-2520-540-1 Additionally, this Item must be upgradeable and capable of allowing the operator to input and tailor transmission assembly testing procedures. Unit to include at least one (1) paper and one (1) CD-ROM copy of a complete technical and instruction manual(s) for the Unit at time of delivery and installation. CD-Rom documents are to be in MS Word or Adobe PDF format. ONE (1) PAPER COPY OF THE UNITS TECHNICAL AND INSTRUCTION MANUAL(S) IS TO BE PROVIDED WITH THE OFFERORS PROPOSAL. While there is no name brand specified, the unit shall be equal to or better than AIDCO Test Systems Model 450E with 150 HP (112kw) electric motor, variable input speed 0-4000 rpm, inclusive of mounted, wired and performance tested control voltage transformer. This AIDCO Test Systems model is provided as guidance on the minimum technical equivalent required as such model has been referenced in applicable National Maintenance Work Requirements for various models of transmission assemblies. Additionally, the unit shall include all necessary pressure transducers, temperature sensors, magnetic speed sensors, & inputs to interface with flow meter(s). These items may be component parts of the Transmission Dynamometer or they may be separately priced. However, they must be fully and completely interoperable with the Transmission Dynamometer. ITEM 0002 - Qty: 1; Complete Set of SAE 1 Adapter Rings for use with ITEM 0001 - Set to consist at a minimum of the following: SAE #1 to SAE #2 adapter ring and SAE #1 to SAE #3 adapter ring. All parts/pieces for this ITEM shall be readily identifiable and individually marked. ITEM 0003 Qty: 1; Allison Adapter Kit for use with ITEM 0001 Complete drive and mount kit for the mounting and testing of Allison AT, MT and HT transmission assemblies. Suitable kit shall include all appropriate adapters, drive plates, fittings, shifter and all parts/pieces necessary for the testing of AT540, MT640/643, MT650/653 and HT740/750 transmission assemblies on the Transmission Dynamometer (ITEM 0001). All appropriate adapters, drive plates, fittings, shifter and all parts/pieces for this ITEM shall be readily identifiable and individually marked. ITEM 0004 Qty: 1; Set of Output Flanges for use with ITEM 0001 Complete set of output companion flanges for the mounting and testing of Allison AT, MT and HT transmission assemblies. A complete set shall include, at a minimum, all flanges necessary for the testing of AT540, MT640/643, MT650/653 and HT740/750 transmission assemblies. All flanges/parts/pieces for this ITEM shall be readily identifiable and individually marked. ITEM 0005 Qty: 1; Allison Adapter Kit for use with ITEM 0001 Complete drive and mount kit for the mounting and testing of Allison MD 3000 and HD 4000 series transmission assemblies. Suitable kit shall include all appropriate MD and HD series main drive adapters, drive plates, fittings, output flanges and all parts/pieces necessary for the testing of Allison MD 3000 and HD 4000 series transmission assemblies on the Transmission Dynamometer (ITEM 0001). All appropriate main drive adapters, drive plates, fittings, shifter and all parts/pieces for this ITEM shall be readily identifiable and individually marked. ITEM 0006 Qty: 1; GM Adapter Kit for use with ITEM 0001 Complete drive and mount kit for the mounting and testing of GM 4L80E (4wd) and THM-400 / 3L80E transmission assemblies. Suitable kit shall include all appropriate adapters, drive plates, fittings, shifter and all parts/pieces necessary for the testing of GM 4L80E (4wd) and THM-400 / 3L80E transmission assemblies on the Transmission Dynamometer (ITEM 0001). All appropriate adapters, drive plates, fittings, shifter and all parts/pieces for this ITEM shall be readily identifiable and individually marked. ITEM 0007 Qty: 1; Rotating Powered Adapter for use with ITEM 0001 - Power rotation and indexing adapter to allow 360 degree motorized rotation of transmission assemblies. This item may be a component part of the Transmission Dynamometer (ITEM 0001) or it may be separately priced. However, it must be fully and completely interoperable with the Transmission Dynamometer (ITEM 0001). ITEM 0008 Qty: 1; Valve Body Dynamometer - Valve Body Test Stand for testing mechanical valve bodies to be used in transmission assemblies. Unit must be compatible with ITEM 0001, but must be designed to operate independently of and simultaneously with the operation of ITEM 0001. Unit must be capable of up to 6.9 gallons per minute flow and 600 psi. Unit must be able to hydraulically simulate full and closed throttle positions. Unit must include all mounting plates, adapters, plumbing kits, and accessory parts/pieces necessary for the testing of valve bodies from Allison AT, MT and HT series transmission assemblies, Allison MD 3000 and HD 4000 series transmission assemblies, GM 4L80E and THM-400 / 3L80E transmission assemblies. Unit contain all adapters/parts/features to provide electronic shifting for Allison WTEC II and III transmission valve bodies; electronic shifting for Allison Generation 4 3000/4000 series transmission valve bodies; electronic shifting for Allison ATEC transmission valve bodies; and electronic shifting for GM Hydra-matic 4L80E. Unit must be able to perform valve body testing in accordance with applicable industry (valve body manufacturer) standards and applicable National Maintenance Work Requirements (NMWR) for valve bodies from the following types of transmission assembly valve bodies: 3L80E / THM400 NMWR 9-2520-581 4L80E NMWR 9-2520-582 AT545/AT1545P NMWR 9-2520-586 HT740 - NMWR 9-2520-597 HT740D NMWR 9-2520-540-1 Additionally, this Item must be upgradeable/adaptable and capable of allowing the operator to input and tailor valve body testing procedures. Unit to include at least one (1) paper and one (1) CD-ROM copy of a complete technical and instruction manual(s) for the Unit at time of delivery and installation. CD-Rom documents are to be in MS Word or Adobe PDF format. ONE (1) PAPER COPY OF THE UNITS TECHNICAL AND INSTRUCTION MANUAL(S) IS TO BE PROVIDED WITH THE OFFERORS PROPOSAL. While there is no name brand specified, the unit shall be equal to or better than AIDCO Test Systems (AM0063) Model 255-Valve Body Test Stand. This AIDCO Test Systems model is provided as guidance on the minimum technical equivalent being sought. ITEM 0009 Qty: 1 each; Electronic Valve Body Adapter Kits Complete electronic valve body adapter kits for to allow for the testing of Allison MD and HD series valve bodies. Suitable kit shall include all appropriate plumbing kits, electronic shifting, harnesses, mounting plates, and all parts/pieces necessary for the testing of Allison MD and HD series valve bodies on the Valve Body Dynamometer (ITEM 0008). All appropriate plumbing kits, electronic shifting, harnesses, mounting plates, and all parts/pieces for this ITEM shall be readily identifiable and individually marked. ITEM 0010 Qty: 1; Mechanical Valve Body Adapter Kits Complete mechanical valve body adapter kit for Allison AT, MT, HT and V730 transmissions and mechanical valve body adapter kit for Allison HT700 series and MT600 series transmissions. Suitable kit(s) shall include all appropriate parts/pieces necessary for the testing of Allison AT, MT, HT and V730 valve bodies and Allison HT700 series and MT600 series valve bodies on the Valve Body Dynamometer (ITEM 0008). All appropriate parts/pieces for this ITEM shall be readily identifiable and individually marked. ITEM 0011 Qty: 1; Governor Test Kit Governor tester for mechanical valve bodies, should include fingertip control and tachometer. The Governor tester may be a component part of the Valve Body Dynamometer or it may be a separately priced item. However, it must be fully and completely interoperable with the Valve Body Dynamometer. ITEM 0012 Qty: 1; Electronic Shift Console for Allison transmissions Electronic shift console to contain pre-programmed transmission control modules for Allison HD 4560, MD 3070, MD 4560 and MD 4070 (Gen 4). Console should also include electronic shift capabilities for Allison CLT 755 (ATEC) and GM 4L80E. All harnesses required for testing shall be included with this unit. This Item may be a component part of the Valve Body Dynamometer and/or its Computerized Data Acquisition and Control System or it may be a separately priced item. However, it must be fully and completely interoperable with the Valve Body Dynamometer (ITEM 0008) and its Computerized Data Acquisition and Control System. ITEM 0013 Qty: 1; On-site labor to include: installation, training of personnel, and demonstration testing of offerors items. (travel and lodging costs, if any, are the responsibility of the successful respondent, and shall not be separately priced). Acceptance of all items in the offerors proposal is contingent upon satisfactory demonstration testing of both ITEM 0001 and ITEM 0008. Upon the successful offerors representation that installation is complete, at the sole option of the Government, the Government will provide between 2 to 4 different transmission assemblies (from those identified in ITEM 0001) for the offeror to connect to the transmission dynamometer (ITEM 0001) for purposes of demonstrating that the transmission dynamometer functions and will perform as required. A successful demonstration shall mean that the transmission dynamometer (ITEM 0001) accurately performs all NMWR required tests for the selected transmission assembly without interruption and in the correct order for each of the provided transmission assemblies. Additionally, upon the successful offerors representation that the installation is complete, at the sole option of the Government, the Government will provide between 2 to 4 different transmission valve bodies (from those identified in ITEM 0008) for the offeror to connect to the valve body dynamometer (ITEM 0008) for purposes of demonstrating that the valve body dynamometer functions and will perform as required. A successful demonstration shall mean that the valve body dynamometer (ITEM 0008) accurately performs all NMWR required tests for the selected valve body without interruption and in the correct order for each of the provided valve bodies. Responsive proposals shall address staging requirements and post-installation debris removal, if any. Responsive proposals shall provide warranty information for all items. If no or limited warranties are offered on any item, this shall be specifically stated in the offerors proposal. Warranties with telephone, e-mail and on-site technical support are desired. Proposals shall include manufacturers name, model number and National Stock Index Number, if applicable, for all items proposed. Additionally, for any non-U.S. end-product, proposals shall identify the items country of origin. The Government reserves the right to issue an award for less than all Line Items and for less than all quantities requested. FAR 52.252-2 - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil The following FAR Provisions and Clauses apply to this acquisition: 52.203-3 (Gratuities); 52.203-6 Alt. I (Restrictions on Subcontractor Sales to the Government); 52.204-4 (Printed or Copied-Double Sided on Recycled Paper); 52.204-7 (Central Contractor Registration); 52.211-6 (Brand Name or Equal); 52.212-1 (Instructions to Offerors); the clause at FAR 52.212-3 ALT-I, Offeror Representations and Certifications Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-Line at http://orca.bpn.gov/publicsearch.aspx; 52.212-4 (Contract Terms and Conditions Commercial Items); 52.212-5 (Dev) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items); 52.219-6 (Notice of Small Business Set-Aside); 52.219-8 (Utilization of Small Business Concerns); 52.219-14 (Limitations on Subcontracting); 52.219-28 (Post-Award Small Business Program Representation); 52.222-3 (Convict Labor); 52.222-19 (Child Labor-Cooperation with Authorities and Remedies); 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); 52.222-39 (Notification of Employee Rights Concerning Payment of Union Dues or Fees); 52.222-50 (Combating Trafficking in Persons); 52.223-5 (Polution Prevention and Right to Know Information); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.228-5 (Insurance Work on a Government Installation); 52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration); 52.233-2 (Service of Protest) - designation of location where protest may be served is: DMVA, Bldg. 0-48, USPFO-PA, Attn. P&C, Room 242, FTIG/Annville, PA 17003-5003; 52.233-3 (Protest After Award); 52.233-4 (Applicable Law for Breach of Contract Claim); 52.237-2 (Protection of Government Buildings, Equipment and Vegetation); 52.247-35 (F.o.b. Destination, within Consignees Premises) Responsive Offerors are advised to include a completed copy of the provision at FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items, with any proposal. The following DFARS Clauses apply to this acquisition: 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials); 252.203-7002 (Requirement to Inform Employees of Whistleblower Rights); 252.204-7004 (Alternate A); 252.209-7001 (Disclosure of Ownership or Control by the Government of a Terrorist Country); 252.211-7003 (Item Identification and Valuation); 252.212-7000 (Offeror Representations and Certifications Commercial Items); 252.212-7001 (DEV) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items); 252.223-7006 (Prohibition on Storage and Disposal of Toxic and Hazardous Materials); 252.225-7000 (Buy American Act Balance of Payments Program Certificate); 252.225-7001 (Buy American Act and Balance of Payments Program); 252.225-7012 (Preference for Certain Domestic Commodities); 252.225-7015 (Restriction on Acquisition of Hand or Measuring Tools); 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports); 252.232-7010 (Levies on Contract Payments); 252.243-7002 (Requests for Equitable Adjustment); 252.246-7003 (Notification of Potential Safety Issues); 252.247-7023 (Transportation of Supplies by Sea).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W912KC-10-R-1004/listing.html)
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
 
Record
SN02044984-W 20100121/100119235301-c5ec13d600dad322e81541ef2aa65a9f (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.