SOLICITATION NOTICE
36 -- Dynometer Systems
- Notice Date
- 9/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L-06-T-0098
- Response Due
- 9/8/2006
- Archive Date
- 11/7/2006
- 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. 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. Bids are due August 18, 2006. Point of Contact: Vicki Highsmith, Contract Specialist, PH: 580-442-4604, email: patricia.hig hsmith@sill.army.mil. Solicitation document W9124L-06-T-0098 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This acquisition is se t-aside for small business. The applicable NAICS code is 334519; SIC code is 3829; size standard is $13.5 million. This solicitation is issued under FAR subpart 13.5, Test Program For Certain Commercial Items. The following supplies are required, please provide quote in spaces provided. CLIN 0001: Dynamometer, 50X02 1000 HP Water Brake Dynamometer P/N 50X02; unit price _______ x 2 each = ________. CLIN 0002: Sub Base Fabricated Steel Sub- base P/N 63226; unit price _______ x 2 each = ________. CLIN 0003: Adapter Assembly, Dynamometer Drive Flange Adapter Assembly, P/N 23826; unit price _______ x 2 each = ________. CLIN 0004: Drive Shaft, Double Universal Driveshaft P/N 43694; unit price _______ x 2 each = ________. CLIN 0005: Guard Driveshaft Guard P/N 2 3480; unit price _______ x 2 each = ________. CLIN 0006: Power Net Power Net-LT Basic Package, windows based computerized control and data acquisition system, P/N 23603; unit price _______ x 2 each = ________. CLIN 0007: Cart, Wheeled Engine Cart 6000 LB Capacity P/N 63227, 43704, 43675, 43674, 43672 and 43041; unit price _______ x 2 each = ________. CLIN 0008: Coupling, Torsionally Resilient Coupling - Engine mounted P/N 43789.1; unit price _______ x 2 each = ________. CLIN 0009: Cooling, Engine Cooling Column P/N 23823; unit price _______ x 2 each = ________. CLIN 0010: Training, Three days on site training; unit price _______ x 1 each = ________. CLIN 0011: Coupling, Torsional Resilient Coupling Engine mounted P/N 13208; unit price _______ x 2 each = _ _______. CLIN 0012: Adapter, Torsional Coupling Adapter P/N 43891; unit price _______ x 2 each = ________. CLIN 0013: Start System, Air Star System P/N 63301.01; unit price _______ x 2 each = ________. CLIN 0014: Tank, Air Storage Tank System P/N 43699; unit price _______ x 2 each = ________. CLIN 0015: Water System, Water Pressure Regulation System (2) P/N 63248.2; unit price _______ x 2 each = ________. CLIN 0016: Software, Correction Factor Software with Barometric Pressure and Humidity Sensor. P/N 4 3861.2; unit price _______ x 2 each = ________. CLIN 0017: Cart, Wheeled Engine cart for 1790 Military engines 28 inch centerline height P/N 63304; unit price _______ x 2 each = ________. CLIN 0018: Support, Front Engine Support, 1790 engine P/N 43562; uni t price _______ x 2 each = ________. CLIN 0019: Yoke, Adapter 1790 Engine P/N 43234; unit price _______ x 2 each = ________. CLIN 0020: Adapter, Engine Adapter, Rise 1790 P/N 43120; unit price _______ x 2 each = ________. CLIN 0021: Front Support, Univers al Front Support for adjusting engine fan end height P/N 73036 14K; unit price _______ x 2 each = ________. CLIN 0022: Tray, Secondary containment tray drain pan for 1790 engine, P/N 73183; unit price _______ x 2 each = ________. CLIN 0023: Adapter, SAE #0, #1/2, #1 Flywheel housing yoke adapter plate P/N 43037; unit price _______ x 2 each = ________. CLIN 0024: Adapter, #2, #3, #4 Flywheel bousing yoke adapte r plate P/N 43038; unit price _______ x 2 each = ________. CLIN 0025: Credit, Credit for removal of PTX standard engine cart assy from order P/N SP-1; unit price _______ x 2 each = ________. CLIN 0026: Adapter, Engine Adapter, Cummins VT903, VT400, P/N 430 22; unit price _______ x 2 each = ________. CLIN 0027: Adapter, Engine Adapter, Cummins NH250, VT400, VT903, P/N 43024; unit price _______ x 2 each = ________. CLIN 0028: Adapter, Engine Adapter Detroit Diesel 8V92.50 series and 60 series P/N 43028; unit price _______ x 2 each = ________. CLIN 0029: Adapter, Engine Adapter, Detroit Diesel 6V71, 8V71, 12V71, 2, 3, 4 and 6-71 P/N 43030; unit price _______ x 2 each = ________. CLIN 0030: Adapter, Engine Adapter, Detroit Diesel 6V53, 8V53, P/N 43031; unit p rice _______ x 2 each = ________. CLIN 0031: Adapter, Engine Adapter, Cummins B and C series, P/N 43151; unit price _______ x 2 each = ________. CLIN 0032: Adapter, Yoke for GM 6.2/6.5 engine P/N 43432; unit price _______ x 2 each = ________. CLIN 0033: Adapter, Engine adapter plate GM 6.2./ 6.5 engine P/N 43734; unit price _______ x 2 each = ________. The following provisions and clauses apply:52.203-3, 52.204-7, Central Contractor Registration (Jul 2006); 52.211-6, Brand Name or Equal (Aug 1999); 52.21 2-1, Instructions to Offerors-Commercial Items (Jan 2006); 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Nov 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005); Addendum to 52.212-4, (a) Text in paragra ph (c) is deleted and replaced with the following: Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of administrative changes, such as changes in paying office, appropriation dat a, etc., which may be made unilaterally by the Government. (b) Paragraph (g)(2) is deleted in its entirety. 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2006); 52.212-5, Contract Terms and Conditions Required to Implement St atutes or Executive Orders-Commercial Items (Jun 2006) (including 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13, 52.232-36); 52.252-1, http://acquisition.gov/comp/far/index.html, http://farsite.hill.af.mil; 252.225-70 01. Solicitation Provisions Incorporated By Reference (Feb 1998); 52.252-2 Clauses Incorporated By Reference (Feb 1998); 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005); 252.212-7001, Contract Terms and Conditions Requir ed to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 06) (including 252.225-7002). Addendum to 52.232-36, (g) The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC).Prospective offerors are cautioned against solicitation views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the issuing office. Any request for clarification should be submitted in writing to the Directorate of Contracting, ATTN: SFCA-SR-SI, PO Box 33501, Fort Sill, OK 73503-0501. Oral explanations will not be binding. The government will evaluate quotes in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request will be most advantageous to the Government, considering price and other factors (e.g., past performance, delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Contractors must submit their invoices in the following format: 1. Name and Address; 2. Contract/Purchase Order Number, including Del ivery Order Number, and shall include the complete number (i.e., DABT39-XX-X-XXXX); 3. Description, Price, and Quantity of Property or Services Actually Provided; 4. Shipping an d Payment Terms; 5. Complete Mailing Address; 6. Telephone Number and Address for notification in case of defective invoice; Note: Invoices must match Purchase Order/Contract in description and unit of issue. Defective Invoices will be returned. Offers are due at the Directorate of Contracting, SFCA-SR-SI, P.O. Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 4:00 P.M., July 17, 2000. Fax transmissions of quotes shall be accepted, FAX # 580/442-8014. All responsible sources may submit a quote, which shall be considered. *RFQ solicitation is available on http://sill-www.army.mil/doc/
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Country: US
- Zip Code: 73503-0501
- Record
- SN01132781-W 20060903/060901221228 (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 |