Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2015 FBO #4792
SOLICITATION NOTICE

59 -- The 249th Engineer Battalion's Heavy Maintenance Section (HMS) requires a dynamometer to test the output horsepower of newly built Caterpillar 3456 diesel engines.

Notice Date
1/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-15-T-0004
 
Response Due
2/4/2015
 
Archive Date
3/6/2015
 
Point of Contact
Tonya Willis, 703-428-7943
 
E-Mail Address
USACE HEC, Ft. Belvoir
(tonya.willis@usace.army.mil)
 
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 FAR 12.603 - Streamlined Solicitation for Commercial Items, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective 26 December 2014. This a requirement for supplies needed for the 249th Engineer Battalion Power under NAICS code 334519, Other Measuring and Controlling Device Manufacturing. This acquisition is a 100% Small Business set aside with a size standard of 500. Background: The 249th Engineer Battalion (Prime Power) deploys worldwide to provide prime electrical power and electrical systems expertise in support of the Warfighter mission and National Response Framework. The Heavy Maintenance Section in HHC, 249th Engineer Battalion (Prime Power) provides sustainment level maintenance support to all units; as such all soldiers assigned to the section must be knowledgeable on all systems that encompass the Deployable Power Generation and Distribution system (DPGDS) our main system. Training included in classification to the MOS covers basic and advanced welding skills, and fabrication of parts necessary for power plant deployment. Description: The 249th Engineer Battalion's Heavy Maintenance Section (HMS) requires the testing of newly built Caterpillar 3456 diesel engines in order to verify proper horsepower output for the electrical requirements for the MEP 810A/B. In order to verify this requirement, HMS needs to use a dynamometer to test the output horsepower and then make necessary adjustments. These test will be for bench stock items and will be used for future engine replacements of the MEP 810A or MEP 810B. Per working requirements, the 249th Engineer Battalion requests the following minimum requirements: 1. The Dynamometer System must be quote mark turn key quote mark contractor must provide, install and commission the system. The Dynamometer System needs to be able to test an engine up to 1500 Horse Power. The Dynamometer System needs to be configured at 460/480 Volts and 60 Hertz. The installation of the Dynamometer System must be provided from the contractor and contain the following: installation of the equipment, piping, electrical, lighting, test cell air handling, and engine exhaust. 2. The Dynamometer System should be Fully Contained Transportable (FCT). The customer should just add fuel and water and begin testing. The FCT Dynamometer needs to be ready to use in its own shipping container. This allows the customer for testing capabilities of the Dynamometer in remote locations. The Dynamometer must be able to be transported on a C-17 aircraft or equivalent and must be able to with stand sea transportation. 3. The FCT Dynamometer must be engineered to use two ~ 8'x8'x20'shipping containers. 4. The FCT Dynamometer System should have as a minimum the following components: a). Test Cell Components: Dynamometer and sub base/holding tank; engine data acquisition and control systems; filtered test cell and engine air intake systems; 12/24V power supply for winch and starting system; UPS battery back-up system; fuel storage tank and pump with secondary HAZMAT containment; 6000lb universal engine cart and winch system; engine cooling column; and a water braking system. b). Observation Booth: Windows-based PC equipped with Dynamometer software; printer; and environmentally controlled. c). Support Unit Components: Generator set; water circulation system; cooling towers; heat exchanger; water holding tank. 5. The FCT Dynamometer should be able to test between 700-1500 horsepower (nominal). 6. The FCT Dynamometer must come with all required components to test CAT 3456 Engines. 7. The FCT Dynamometer must be designed for flexibility including 500 Gallon water storage tanks, charge air coolers, and additional sensors and breakout boxes for controlling electronically controlled engines. 8. The FCT Dynamometer must have secondary containment twice the size of the largest container that contains HAZMAT. 9. The FCT Dynamometer must meet all applicable OSHA and NEC requirements. 10. The FCT Dynamometer contractor company will provide an eight hour course and certification for ten personnel and successfully test one engine with direct supervision. 11. The FCT Dynamometer must contain components to support the unit which include: generator set, water recirculation system, cooling towers, heat exchanger, and water holding tank. In accordance with FAR 52.219-6(d), the manufacturer of the Dynamometer MUST BE A SMALL BUSINESS. All equipment must meet the minimum technical specifications of the equipment model types as identified in the solicitation. Contractor has the option of providing alternate equipment with equivalent technical specifications and safety ratings, however, the customer must provide approval for all substitute equipment that differs from the identified model. Any substitutions of equipment, including type, model, or brand name, must be approved by the technical point of contact before acceptance. Contract Line Items: Offerors have the option of providing alternate equipment with equivalent technical specifications; however, the Government must provide approval for all substitute equipment different than identified model. Offerors shall submit full item name, part number, unit cost, quantity, total cost, and manufacturer for each item with their quote. If an quote mark or equivalent quote mark item is proposed, the equipment's specification shall be provided along with the quote. CLIN 001: Dynamometer - 1500HP, 460/480 60 HZ This CLIN includes: Receiving, unloading, and placing Dynamometer, crane rental, water connection, and all connections between units. CLIN 002: Training - 8 hour training and certification for 10 personnel for the Dynamometer. Delivery Schedule: The equipment needs to be delivered within thirty days of the contract being awarded to the contractor. Delivery Address: HHC 249th Engineer Battalion HMS ATTN: CEPP-BHM 1417 Jackson Loop Fort Belvoir, VA 22060 Date, Time, and Place Offers are Due: The closing date for the delivery of a response to this combined synopsis/solicitation is on or before 1:00 pm Eastern Daylight Time (EDT), on Wednesday, 04 February 2015. Quotes should be e-mailed or mailed to of the Point of Contact (POC) shown below by the closing date and time. If quotes are mailed, an electronic version of the quote (i.e. CD, DVD, etc.) should accompany the paper copy. If a quote is e-mailed to the POC, it is the offeror's responsibility to ensure that the transmission is received by the Government prior to the closing date and time. Upon receipt of an electronic quote, the Government will acknowledge receipt of that quote via email to the offeror. Primary Point of Contact (POC): Tonya Willis Address: US Army Humphreys Engineer Center Support Activity CECT-HC 7701 Telegraph Road Alexandria, VA 22315-3860 Phone: 703-428-7943 Email: tonya.willis@usace.army.mil Offerors are required to be actively registered with the System for Award Management (SAM) at www.sam.gov prior to award. Security: All vendors are required to complete local screening processes at the respective installations for deliverables. Basic information inquired is a valid driver's license, registration, inspection, and proof of insurance. It is the vendor's responsibility to comply with any installation specific regulations. To check for installation specific requirements the following information may be used. For Fort Belvoir contact the visitor's center at Tulley gate, 703-806-4892. For Fort Bragg contact the commercial VCC at 910-907-5168. For Schofield Barracks Hawaii contact the installation access office at 808-656-0247. The vendor will not be granted an installation access pass or other form of government identification for repeat access to the installation under this PWS. The Contractor must pre-screen Candidates using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility issued identification prior to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than three business days after the initial contract award. Basis for award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government on the bases of the lowest evaluated price of responsible offers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-15-T-0004/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN03608851-W 20150107/150105234555-faed3a6badbda3cff764446dfa159839 (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.