Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOLICITATION NOTICE

52 -- Automotive Diagnostic Tool Sets

Notice Date
6/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412R0064
 
Point of Contact
Michael Oliva 562-626-7453
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: DIAGNOSTIC TOOL SETS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 number is N00244-12-R-0064. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/ solicitation SHALL be posted on both FEDBIZOPPS (http://www.fbo.gov ) and NECO (http://ww.neco.navy.mil/). This solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20120615. The North American Industry Classification System (NAICS) code is 423120 and the business size standard is 100 employees. This action is unrestricted. The NAVSUP Fleet Logistics Center San Diego, Seal Beach Division, intends to solicit for the following: THE FOLLOWING REQUIREMENT IS BRAND NAME OR EQUAL ITEM 0001 DIAGNOSTIC TOOL SETS Part Number: EEMS323K14INM manufactured by IDSC Holdings LLC DBA Snap-On Industrial or EQUAL Quantity: 25 EA Specifications: 1.)Includes diagnostic tool, water/theft proof case, electronic vehicle troubleshooting manuals, all of the necessary cable assemblies, and all specific test tools needed to measure sensor data, control module date, and emission data. 2.)Overall Dimensions not to exceed 9 inches in length and 4 inches in width, and weight less than 1.5lbs, depth is not applicable 3.)Must cover both diesel and gas vehicles 4.)Must provide coverage for many vehicle systems, including engine, transmission, body controls, instrument, ABS, airbag, transfer case, tire pressure monitoring system. 5.)Domestic, Asian and European vehicle coverage for vehicles from 1980-current 6.)Dual power supply 12VDC and 110VAC 7.)Functions including codes, live data parameters, functional & bi-directional controls, resets/relearns 8.)Text, graphing, view up to 16 live data-stream graphs at once 9.)Minimum 80GB hard drive 10.) Touch Screen 11.) Code tips and Symptom tips 12.)Removable high energy Lithium-ION battery 13.)Appropriate cables to connect to OBD I and OBD II vehicle systems 14.)Domestic & Import repair information imaged on hard drive. This is the digital manual for individual vehicles. Examples of this would be Mitchell On Demand, AllData, or Shop Key. This information MUST be loaded on the unit so that no internet or other connection is required. Must also have the capability to be updated in the future. 15.)COMPONENT TEST METER SPECIFICATIONS a.)0-75VDC multi-meter, 10 M ohm impedance b.)Component fault-finder tests. including meter presets, connector diagrams with hookup instructions, component locator, test procedures, reference values and waveforms 16.)LAB SCOPE SPECIFICATIONS a.)High-resolution display and glitch capture to see vehicle faults b.)6 million samples/second, 3MHz bandwidth, 4 channels, 100mV “ 400 V AC/DC scales c.)Automatic scaling, preset and custom configurations d.)Cursors and digital readings show actual values captured at any point on waveform e.)All necessary cables and clips to properly utilize the lab scope. f.)Data is buffered continuously for review and saving 17.)ADAPTER SPECIFICATIONS a.)Adapters for ALL Ford, Nissan, Toyota, Mazda, Mitubishi, Kia, and Honda vehicles. Additionally, a multi adapter for vehicles. 18.)Low Amp Probe ITEM 0002 DIAGNOSTIC TOOL SET CASE Part Number: PCD16110 or EQUAL Quantity: 25 EA 1.)Specifications: Must be a hardened case to withstand dropping and crushing. Must be water resistant. Must have the ability to physically secure contents. 2.)The tool tray shall retain tools in position to provide for rapid inventory of the tool load and to maintain the position of tools under rough handling and shipping conditions. ITEM 0003 ON-SITE TRAINING ON PROPER USE OF DIAGNOSTIC TOOL Quantity: 5 Days Specifications: Training will include complete demonstration of all accessories and functions of the diagnostic tool for approximately 12 personnel. During the 5 day training session the company rep will assist the government in proper usage and application on specific equipment designated by the customer. The company rep is responsible to ensure that all options of the diagnostic tool are instructed to the government. Offers to be based on FOB Destination to the following location: Port Hueneme, CA 93043 Inspection and acceptance will be performed at the government destination by a government representative. REQUIRED DELIVERY DATE: 10 September 2012 The following provisions and clauses apply: 52.202-1, Definitions; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6 Brand Name or Equal; 52.212-1, Instructions to Offerors Commercial Items; 52.52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 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; 52.222-41, Service Contract Act of 1965; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7003, Agency Office of the Inspector General252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, 252.225-7036, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items ”Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. 52.252-2 Clauses Incorporated By Reference 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): FAR Clauses: http://acquisition.gov/comp/far/ and DFAR Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ To be considered, quotes must be received by 10:00 AM PST on 30 July 2012. Quotes can be sent to the Contract Specialist, Michael Oliva via email michael.a.oliva@navy.mil. Facsimile quotes will not be accepted. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at http://ccr.edi.disa.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412R0064/listing.html)
 
Record
SN02789534-W 20120630/120628235900-8ff4c07ad43c7e9395844a465a90efcc (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.