Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
MODIFICATION

51 -- Expeditionary Electrical Test Shop

Notice Date
6/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV10R0105
 
Response Due
7/16/2010
 
Archive Date
9/14/2010
 
Point of Contact
Charley Jackson Jr., 586-282-7753
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(charley.jacksonjr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
****Pre-Proposal Conference. ***** A Pre-Proposal Conference will be held on Thursday, 24 June 2010, 0800 - 14:00 at ARDEC's facility at the Rock Island Arsenal, in Building 62, 2nd floor, Conference Rooms A and B. The address of the building is as follows: RDECOM/ARDEC RDAR-EIL-TC, Building 62, Rock Island Arsenal Rock Island, IL 61299-7300 In order to attend the conference, it is mandatory that you pre-register by sending your company name, company cage code, company address, and information for each person attending the conference (phone number, email address, citizenship, and title) in an email to Charley Jackson, Jr. (charley.jacksonjr@us.army.mil) to attend. Upon receipt of your registration you will receive a confirmation email from the Government. Each prospective offeror may send a maximum of three representatives. Registration will end on 21 June 2010. If you have not pre-registered, you will NOT be able to attend. There is no cost for this conference. Lodging is available near the facility. Offeror's shall regularly check the solicitation website (http://contracting.tacom.army.mil/majorsys/etss/etss.htm ) and follow the updates about the conference and other pertinent information about the solicitation. *************************************************************************** THE DESCRIPTION BELOW IS EXACTLY THE SAME TEXT FROM THE CHANGES MADE 28 MAY 2010: UPDATED FROM 2009 DRAFT (W52H09-10-R-0042) ARCHIVED on 28 FEB 2010: Expeditionary Electrical Test Shop for the U.S. Marine Corps Systems Command (MARCORSYSCOM). This test set will include computerized test equipment, tools, adaptors, and any other necessary supplies to fully test and verify the operational condition of electrical system components from a wide variety of USMC tactical and non-tactical ground vehicles and equipment. The electrical system components that require testing include alternators, starters, generators, and regulators. Currently, it is anticipated that the set will take advantage of commercially available testers to simultaneously load test both alternators and starters. The set is anticipated to include separate load testers for alternators and starters. Generator testing is anticipated to take place on the alternator test machine. Regulator testing is anticipated to take place by exchanging the regulator under test for a known good regulator and re-testing the alternator. To meet deployment and transportation requirements, this test set will be fully integrated into a one-side hard-skinned expandable steel shelter meeting ISO 1C standards (8 width x 8 height x 20 length). No canvas or other soft-sided expansions will be allowed. This shelter will also have an integral bale-arm and flatrack that will allow the shelter to be loaded and unloaded using the Load Handling System of the LVSR. The shelter will be certified safe to ship by the Coast Guard or an authorized approval entity. Additionally, the shelter will have integrated spreader bars and forklift pockets in order to take full advantage of all material handling equipment in use by the USMC. It is an objective for the gross mass of the set to be below 15,000 pounds. The test set will include input connections for Mobile Electric Power (MEP) units and Environmental Control Units (ECU) found in the USMC inventory. All other systems/connections required for the operation of the test equipment (e.g. pneumatic, water/cooling, venting, etc.) will be included as part of the set and self-contained. The test set will also include work benches, cabinets with drawers, and shelving for the storage of tools, adaptors, etc. during transport with securing provisions. Where applicable, drawers will include foam with color contrasting cutouts for the inventory control of stored items, including the tool load and test adaptors. All components of the test set will be supplied by the contractor. All components will be new and unused. It is also required that a full Pro/Engineer native 3D model of the test set and a commercial Technical Manual with a provisioning parts list be delivered to the government. In addition to the expeditionary test set, the government desires the ability to purchase the test set without the shelter, for installation into a garrison facility. Solicitation is for a 5-year requirements type contract. Full and open compe tition. ESTIMATED ISSUE DATE OF SOLICITATION IS 18 MAY 2010. This solicitation will be issued electronically in accordance with FAR 4.501 and 5.102, therefore hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: https://aais.ria.army.mil/AAIS/Solinfo/index.htm. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any said amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal non-responsive and result in the rejection of the same.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a256d68742965b83367a7f712cc1bcab)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02173886-W 20100612/100610234901-a256d68742965b83367a7f712cc1bcab (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.