SOLICITATION NOTICE
J -- Upgrade of Dynamometer Chasis
- Notice Date
- 5/19/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- DABK41-03-R-0104
- Response Due
- 6/10/2003
- Archive Date
- 8/9/2003
- Point of Contact
- Pamela E. Nevels, 928-328-6154
- E-Mail Address
-
Email your questions to ACA, Yuma Proving Ground - DABK41
(pamela.nevels@yuma.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Chassis Dynamometer Upgrade Synopsis/Solicitation. This is a combined synopsis/solicitation for commercial item 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-13 (18 M arch 03) and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 edition, and current to DCN 20030430. The preferred method of payment is by Government Visa Credit Card. This is acquisition is issued on an unrestricted basis. The North Ameri can Industry Classification Systems (NAICS) is 811118 with a size standard of $6 million. This requirement is for a Chassis Dynamometer Upgrade in accordance with the following requirements: Required delivery is 30 weeks after award with 30 days Installat ion and checkout. Introduction: The purpose of this chassis dynamometer is to perform power-train testing on wheeled vehicle systems for the U.S. military. The wheeled vehicles to be tested may be either tactical or combat systems that the U.S. military currently has in its inventory or may have in the future. Commercially produced or foreign equipment may also be tested. It should be expected that all vehicles will have multiple axle drive capability. Future vehicles may have alternative drive systems such as hybrid-electric, or fuel cell technology and may be driven by independent electric motors mounted at each axle. If the upgraded dynamometer configuration allows, tracked vehicles may also be tested. The chassis dynamometer is installed in an env ironmental chamber in which the temperature and humidity can be varied to simulate world-wide climatic conditions, from hot-humid tropical to frigid arctic. Vehicles are tested to verify adequacy of drive trains and other systems for both performance and endurance. The selected contractor will be responsible for the design, fabrication, installation, checkout, and proper function of the upgrades to the chassis dynamometer. U.S. Army Yuma Proving Ground will provide access to the environmental chamber and chassis dynamometer as required to formulate the bid and to determine the physical characteristics of the existing design. No drawings are available to show design details of the existing chassis dynamometer. The existing dynamometer design consists of ten, 18 inch diameter roll sets mounted on a structural steel framework that is set into a 30 inch deep concrete pit. Each roll set consists of two rolls positioned in the tread area, with an axle connecting them. The chamber floor and dynamometer pit ar e installed on a thick layer of polyurethane foam insulation. One roll set has two eddy current power absorbers installed for power absorption on one rear axle. Upgrade Description: This chassis dynamometer upgrade is being done for the purpose of enabling power absorption at each axle of a multiple axle drive vehicle, having up to five drive axles. Additionally, the upgraded chassis dynamometer system shall be a ble to control power absorption; a. equally at all vehicle axles; b. at each axle of a vehicle independently; c. or at each wheel of a vehicle independently. Chassis Dynamometer Operational Characteristics: a. The chassis dynamometer control will need to be operated at its location in a room adjacent to the chamber, and preferably to include a secondary control that can be used from inside the chamber during room-temperature test conditions. b. Control modes should be automatic and should include eith er speed control, torque control or road-load simulation that would apply the actual load resistance (rolling resistance, wind resistance) encountered under real-life driving conditions. c. Calibration of all equipment installed in the chamber mus t be automatic or activated by a single operator command, and must be able to be accomplished at all prevailing chamber test temperatures and humidities. System Requirements: a. Operating environment: Temperature: -50 degrees F through +120 degrees F. Humidity: Near zero through 90-percent at non-freezing temperatures. b. Non-operating environment: Temperature: -60 degrees F through +140 degrees F Humidity: Near zero through 90-percent at non-freezing temperatures. c. Any rejected heat shall be removed by fluid to air heat exchanger (no water will be provided at the chamber area). d. All power absorbers must be contained within the pit or test chamber since the refrigeration systems and control rooms are located on the opposite the sides of the chamber adjacent to the sides of the dyno pit leaving no room for power absorbers or gear boxes. e. Ability to absorb 400 Hp distributed equally at 10 mph on a three to five-axle vehicle. f. Ability to absorb 70 Hp at 10 mph at each wheel position of a five-axle vehicle. g. Ability to independently control power absorption, monitor and collect test data at each wheel position of a five-axle vehicle. h. Ability to test at the rated Hp stated in 4e and 4f continuously, or for at least 30-minute periods with 30-minutes between tests. i. 80 mph maximum speed of operation j. 25,000 lb axle load / 12,500 wheel load, if the existing roll support system is altered. k. Although not a requirement, a configuration that would provide testing of tracked vehicles is desired. Safety and Environmental Requirements: a. The system shall have an emergency shut-off that can be activated either automatically or by the operator in the event that safe operational parameters are exceeded. The shut off should cause the system to brake or use maximum torque to cause the vehicle to slow down and stop. b. Fluids or other materials used should be fire retardant type. Site Preparatio n and Requirements: a. YPG will provide: Access to the chamber facility and dynamometer, Shipping of any existing parts needed for rework in order to suit the upgrade design, Electrical power stubbed to location for any pumps, fan motors, etc., Rigging assistance for off-load ing and locating the equipment or other heavy machinery. b. Chassis dynamometer upgrade contractor shall provide: Transport of all equipment to the job site including all shipping and travel related expenses, Installation of all piping, wiring and control equipment including all final control connections,All flu id lines, fittings, securements and fluids. Post-installation: a. Up to four days of functional adjustments and start up assistance should be planned. b. Copies and documentation of any hardware and software shall be provided in a format that facilitates troubleshooting by local technicians. c. An operating manual shall be provided that describes all control features, maintenance requirements and safety precautions. Two copies shall be provided. d. Design information on the system to include expected operational parameters such as horsepower absorption capability at each wheel position, and combinations of wheel positions as a function of equivalent road speed and traction limitations. This should also include any limitations in the system expected as a result of extreme environmental condit ions. e. Training on operation and maintenance shall be provided for up to 10 personnel. f. The following spare parts will be required: Consumable parts (such as filters, belts, etc) for one year of operation,One power absorber,Electrical and electronic service parts as required for one year of operation,Other parts as required for one year o f operation. The original equipment manufacturer is Mustang Dynamometer 2300 Pinnacle Parkway Twinsburg, Ohio 44087. The Government intends to award a contract to the responsible bidder whose bid conforms to the solicitation and will be the most advantageous to the Government based on pas t performance, acceptable technical approach and price. The provisions of FAR 52.212-2(Jan 1999) apply to this solicitation and each offeror will be evaluated by their technical approach to meet or exceed the above upgrade requirements based on their un derstanding of the project, their technical capabilities and past performance in accomplishing the same or similar type services or upgrades. Technical and past performance when combined is significantly more important than price. Offerors who fail to mee t the technical requirements of the SOW may be considered nonresponsive. The following FAR and DFAR representations and certifications apply to this acquisition and must be filled out in accordance with FAR provision 52. 212-1, Instruction to Offerors Com mercial Items (Oct 2000), FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Jul 2002) and DFARS 252.212-7000, Offerors Representation and Certifications Commercial Items (Sep 1999). Offerors that fail to furnish required represent ations of information as required by FAR 52.212-1, 52.212-3, and DFARS 252.212-7000 cited above, or rejects the terms and conditions of this solicitation may be excluded from consideration. In order to complete the Representation and Certifications and r eview the clauses in this solicitation you must go to the US Air Force web site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste to a Word document and complete. The following clauses and provisions are incorporated by reference and apply to this acquisition, FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2002), FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Apr 2003) specifically clauses, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219.8 Utilization of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, 52.219-14 Limitations on Subcontracting, 52.222-21, Prohibition of Segregated Facilitie s, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veteran s and Veterans of the Vietnam Era and other Eligible Veterans , 52.222-48 Exemption from application of Service Contract Act, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 52.232-34 Payment by Electronic Funds Transfer Ot her than Central Contractor Registration, 52.232-36,Payment by Third Party, DFARS clause 252.212-7001(Nov 1995), specifically FAR 52.203-3 Gratuities, DFARS 252.205-7000 Provisions of Information to Cooperative Agreement Holders, DFARS 252.219-7003 Small Small Disadvantaged and Women-Owned Small Business Subcontracting Plan, DFARS 252-225-7007,Buy American Act-Trade Agreements-Balance of Payments Program, and Balance of Payments Program, and DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.2 47-7023 Transportation of Supplies Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. All prospective offerors shall attend a mandatory site visit to be conducted at USAYPG on 28 May 2003 at 8:00 AM. All proposals shall be clearly marked with the solicitation number referenced above and submitted via email to pamela.nevels@yuma.army.mil no later than 10 June 2003 by 2:00 PM Mountain Standard Time. After reviewing the solicitation if you plan on attending the site visit you are requ ired to provide the name, social security number, date of birth, place of birth and verification of US citizenship or approved alien registration of attendees to the above email address.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00326867-W 20030521/030519213527 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |