Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2014 FBO #4641
SOLICITATION NOTICE

K -- MOBILE FIELD DYNAMOMETER M16 CONTROL SYSTEM UPGRADE

Notice Date
8/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-14-T-0589
 
Response Due
8/21/2014
 
Archive Date
10/6/2014
 
Point of Contact
Chanel D. Williams, 443-861-4741
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(chanel.d.williams.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. COMBINED SYNOPSIS/SOLICITATION W91ZLK-14-T-0589 MOBILE FIELD DYNAMOMETER M16 CONTROL SYSTEM UPGRADE This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-79. The solicitation number for this request for proposal (RFP) is W91ZLK-14-T-0589. This requirement is under the associated North American Industry Classification System (NAICS) Code 336999, All Other Transportation Equipment Manufacturing and the Small Business Size Standard 500 employees. The Government contemplates award of a Firm-Fixed Price contract under FAR Part 12, Acquisition of Commercial Items. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following: 1. CLIN 0001, Design, build and integration with a new speed control system in accordance with the performance work statement. Performance Work Statement MOBILE FIELD DYNAMOMETER M16 CONTROL SYSTEM UPGRADE 1. Overview: The Automotive Instrumentation Division of Aberdeen Test Center (ATC) uses a heavy mobile field dynamometer to conduct automotive performance testing of tracked and wheeled combat and tactical vehicles. The M-16 mobile field dynamometer was custom design built in 1979. It has a maximum drawbar pull of 55,000 lbs and weighs 135,800 lbs. It is 517 inches in length, 144 inches wide and 159 inches tall. The dynamometer is now 35 years old and is increasingly prone to problems. Major components are no longer commercially available and replacement parts on hand for repairs have been depleted to a critical level. An upgrade to the speed control system is required to improve the reliability and extend the service life of the dynamometer. 2. Requirements: The primary requirement is to design, build and integrate a modern reliable speed control system into the existing field dynamometer chassis and to reuse the cab, diesel engine, generator, direct current traction motors, auxiliary power unit and dynamic braking grids, where practical. The M-16 dynamometer truck is a highly specialized unit intended for measuring and controlling full power drawbar effort and cooling characteristics of military tracked and wheeled vehicles. It is also used to control and measure resistance to towing characteristics of the same types of test vehicles. It is required to perform heavy duty service primarily on smooth hard surfaced roads. It is capable of continuous power absorption for a minimum of 2 hours in ambient temperatures up to 95oF without overheating or damage to component parts. Performance requirements for each mode of operation are presented below. The M-16 has three primary modes of operation, selectable by the operator: Truck Mode: This operational mode permits general movement of the dynamometer vehicle when not engaged in actual testing. The dynamometer is required to be driven at posted road speeds over paved roads at speeds up to 72 km/hr and into and out of shop maintenance and garage storage areas at slow controllable speed. Dynamometer Mode: The dynamometer truck is coupled to and towed by a test vehicle when operating in this mode. The test vehicle is operated at full throttle and the dynamometer controls the road speed of the test vehicle over its' operating speed range while absorbing and measuring (through a front mounted load cell) the drawbar pull developed at each stabilized speed condition. Loading changes are required to be applied smoothly and without the need of stopping to change gearing for different load/speed combinations. The automatic speed control is used to obtain and sustain any desired road speed up to 72 km/hr. Selection of the speeds shall be achieved by manual positioning of an appropriate command control device. The speed control is required to maintain sustained road speeds within +0.1 km/hr from 0.5 to 20 km/hr and within +0.3 km/hr above 20 km/hr. A fail-safe mechanism will be incorporated into the driver's operational controls to enable him/her to override the automatic speed control system in the event of an emergency. Prime Mover Mode: When operating in this mode, the dynamometer truck will be utilized as follows: Towing a test vehicle for the purpose of measuring resistance to towing (power loss) characteristics through the rear mounted load cell at various sustained road speeds up to 72 km/hr. Static line pulls (reverse loading) for the purpose of gradual application and measurement through the front mounted load cell of direct cable loadings under static conditions. Coupling operations for the close quarter inching control during final coupling of the dynamometer truck to a test vehicle or the absorption trailers. The automatic speed control will be used to obtain and sustain any desired road speed up to 72 km/hr. Selection of the speeds shall be achieved through manual positioning of an appropriate command control device. The speed control is required to maintain sustained road speeds within +0.1 km/hr from 0.5 to 20 km/hr and within +0.3 km/hr above 20 km/hr. A fail-safe mechanism will be incorporated into the driver's operational controls to enable him/her to override the automatic speed control system in the event of an emergency. Provisions for infinitely variable forward and reverse power are required during operations in this mode to facilitate the application of static loading and to provide inching control during coupling Proposal: The speed control upgrade project will include the development and an ATC review of a technical design package. The control system design will be fully documented to include wiring diagrams, schematics, parts lists, source code, and purchase sources for all components. Any special tools will be identified. A theory of operation document shall be provided to assist ATC engineers in understanding the updated system operation and troubleshooting instructions will be provided. Technical proposals shall have sufficient detail to enable a comprehensive evaluation of the proposed control system modifications and its operation to determine whether the design will meet the essential requirements of the government. Proposals should be specific, complete and demonstrate a thorough understanding of the technical requirements. Acceptability of proposals will be based on meeting all of the essential requirements of the government's specification. Failure to address each requirement will result in the proposal being rated unacceptable. Contractors submitting unacceptable technical proposals will be notified upon completion of the technical evaluation and the final determination of such unacceptability. If the proposal is not clear in its response to a requirement, that proposal will be rated susceptible of being made acceptable and at the government's sole discretion the government may or may not request further clarification. In order to facilitate the evaluation proposals shall contain sufficient detail to enable evaluation with respect to the following: 1) Basic design approach 2) Adherence to the requirements of the government specification 3) Use of state-of-the-art technologies 4) Component selections and commercial availability 5) Overall dynamometer performance 6) Adequacy of software 7) Familiarization and training plans for government personnel 8) Documentation and schematics, where appropriate Implementation of the Speed Control Design into the Mobile Field Dynamometer: The modifications to the mobile field dynamometer will be conducted at Aberdeen Test Center. The physical size of the dynamometer precludes shipping it to a contractor's facility. Dedicated shop space will be provided to facilitate the control system modifications. A trained dynamometer operator will be provided by ATC if the dynamometer needs to be started or driven as part of the upgrade. The control system will be integrated into the existing dynamometer chassis and be ready for acceptance testing one hundred eighty (180) days after government acceptance of the preliminary design proposal.. Acceptance Testing: The control system upgrade will include the execution of acceptance tests by ATC personnel to insure the dynamometer operation meets the government specifications. Acceptance of the mobile dynamometer control system upgrade will be based on its ability to meet the speed control requirements for each mode of dynamometer operation. Acceptance tests will be conducted by government personnel at Aberdeen Test Center after completion of the control system integration. The following test procedures will be used to confirm proper mobile field dynamometer operation. Evaluation of the speed and load controls will be conducted on paved test courses meeting the requirements outlined in the specific Test Operating Procedure (TOP). The test course gradient for all paved operations will not exceed 1.0 percent. Existing ATC paved test courses will be used to conduct the required tests. Truck Mode: The dynamometer will be driven at posted road speeds over paved roads at speeds up to 72 km/hr and into and out of shop maintenance and garage storage areas to determine ease of handling, maneuverability and braking control. The analysis will be subjective in nature and will be based off ATC's experienced dynamometer operators. Dynamometer Mode: Full load, tractive effort tests will be conducted using U.S. Army Developmental Test Command Test Operating Procedure (TOP) 2-2-604, Drawbar Pull as a guide. Drawbar Pull on Hard Surface (paragraph 4.2) will be used evaluate the new dynamometer control system's ability to control and maintain the load and speed requirements as described in the government specification. Candidate test vehicles will be selected to provide the full throttle characteristics that match closest to the absorption curve of the dynamometer. Tracked vehicles to include the Abrams M1A2 and wheeled vehicles including Stryker, Family of Medium Tactical Vehicles (FMTV) and High Mobility Multi-purpose Wheeled Vehicle (HMMWV) will be used to provide the needed drawbar loading. Proper operation of ATC's heavy absorption trailers will be confirmed while coupled to the mobile field dynamometer. A heavy absorption trailer will be towed at constant speeds while trailer loading is applied from the dynamometer. Load and speed control will be measured and compared to the system specifications. The upgraded speed control shall maintain sustained road speeds within +0.1 km/hr from 0.5 to 20 km/hr and within +0.3 km/hr above 20 km/hr. Prime Mover Mode: The dynamometer will tow a test vehicle using the dynamometer's rear mounted load cell. Speed control shall maintain sustained road speeds within +0.1 km/hr from 0.5 to 20 km/hr and within +0.3 km/hr above 20 km/hr over the absorption capacity range in prime mover mode. U.S. army Developmental Test Command Test Operating Procedure (TOP) 2-2-605, Wheeled Vehicle Towing Resistance will be used to conduct this test. Specifically, paragraph 4.1 Inch Mode: Proper inch mode performance will be validated by simulating tow bar hookup to a test vehicle in an unconfined area. Smooth vehicle operation and low speed are essential for safe operation. Operations will be subjective in nature and will be based off ATC's experienced dynamometer operators. Static Line Pull: The M-16 mobile field dynamometer will be used to conduct constant force line pulls typical of a self recovery or material handling winch system. U.S. army Developmental Test Command Test Operating Procedure (TOP) 2-2-712, Automotive Winches will be used to evaluate the line speed and winch capacity characteristics. Vehicles and recovery winches will be selected to cover as much of the operational load range as practical. Paragraph 4.1 Line Speed and 4.2 Winch Capacity and Brakes will be used to determine cable loading and speed. Security Info: Access and General Protection/Security Policy and Procedures Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. AT Level I Training. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 45 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Proposals will be evaluated by adding all Firm-Fixed Price costs for CLIN 0001 and by multiplying the labor hour rate per year by an estimated 250 hrs per year. Please include all applicable parts handling fees associated with CLIN 0002. See pricing submission structure below. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. SUBMISSION PROCEDURES: Please submit proposals in the following format: Address all elements of the performance work statement in the proposal. On a separate document submit the firm fixed pricing information. Do not submit pricing and technical proposals on the same document. CLIN 0001 (Firm Fixed Price): Base Year: $_________ Job CLIN 1001 (Firm Fixed Price): One six (month) Option: $____________ Job ACCOUNTING FOR CONTRACT SERVICES Cost for Providing Accounting for Contract Services - APG 5152.237-490, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter No Cost. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. All questions must be submitted via email to chanel.d.williams.civ@mail.mil by 14 August 2014, 3:00 p.m. EST. NO TELEPHONE INQUIRES WILL BE HONORED. Quotations must be signed, dated, and received by 21 August 2014, 3:00 p.m. EST via email to chanel.d.williams.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3b384cd557b23fcb2f587795ed4e0a32)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03456980-W 20140809/140808001416-3b384cd557b23fcb2f587795ed4e0a32 (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.