Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2018 FBO #5958
MODIFICATION

E -- Design and installation of test cell structure

Notice Date
3/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-18-R-0004
 
Archive Date
4/28/2018
 
Point of Contact
Beth K Chapman, Phone: 7578784827, Beth K Chapman, Phone: 7578784827
 
E-Mail Address
beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil
(beth.k.chapman.civ@mail.mil, beth.k.chapman.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. The Aviation Development Directorate-Aviation Applied Technology Directorate (ADD-AATD) Contracting Office, U.S. Army Contracting Command, intends to award a firm-fixed-price contract. The contract document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-96. The solicitation number is W911W6-18-R-0004 and is issued as a request for quotations. The proposed contract action, a commercial item purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for the expansion of an existing turbine engine test facility, to provide full functionality to an existing Kahn TM Model 406-040-008 Engine Water Brake Dynamometer. The system shall include all facilities, infrastructure, and support equipment necessary for operation of the identified dynamometer. The new system shall be co-located at the existing Engine/Countermeasures Research Facility (ECRF) at Building 3517, Fort Eustis, Virginia 23604, and be integrated to function with existing laboratory test and operation equipment. The selected offeror shall possess experience in the development, maintenance, and operation of a turbine engine test cell, its specific facilities, requirements, and/or equipment. In order to be considered, offerors shall include all design, fabrication, infrastructure and equipment necessary to expand the current ECRF capability to operate a Kahn TM Model 406-040-008 hydraulic dynamometer rated at 10,000 HP. NOTE 1: The facility already possesses the identified dynamometer; all offerors will be allowed to visit the existing plant at Fort Eustis during the proposal process. This ECRF upgrade is to include all hardware, facilities, and installation support necessary to control and operate the identified dynamometer and shall adapt to function with all existing laboratory equipment to include control, operation, and data collection. It is anticipated that the upgrade shall be completed in three tasks, to include a closed-loop water processing system sized to enable full dynamometer functionality combined with a large capacity cooling plant appropriately sized to process the closed water storage system, concrete slabs sized for said components, a collapsible or retractable test cell shelter with build-up area sized to house the identified dynamometer and its support equipment, and other subsystems and infrastructure as required to achieve full functionality of the Kahn TM Model 406-040-008 hydraulic dynamometer. Task 1 shall result in a completely functional water brake operations and build-up-area, infrastructure for the water processing plant, and a detailed preliminary design for the entire project. Task 2 shall result in a completely functional water cooling and processing plant. Task 3 shall result in all plumbing, electrical and control, and hookup. NOTE 2: The design, fabrication, and installation requirements shall generally follow that described by the hydraulic dynamometer manufacturer, Kahn Industries Inc., but shall be modified as necessary to ensure that the dynamometer water outlet temperature does not exceed 140° F during continuous operation of up to 10,000 HP engines at maximum N2 for extended durations (greater than one hour) with cooling tower outlet temperatures of 95° F. (1) The system shall meet the following criteria to be technically acceptable: (a) The new system shall be a stand-alone, modular design capable of providing full functionality of an existing Kahn TM Model 406-040-008 hydraulic dynamometer rated at 10,000 HP (7460 kW) and 16,500 rpm (18,300 rpm overspeed). (b) The new system does not include any aspect of running the turbine engine. It is exclusively responsible for the operation of the Kahn TM Model 406-040-008 hydraulic dynamometer only. (c) All new hardware and facilities shall, to whatever extent possible, utilize existing equipment and facilities. (d) The new engine test cell shall include a movable or collapsible enclosure, which will allow open air running of the test engine setup while providing cover from the elements when closed and not in use. The enclosure shall be appropriately sized to allow working in and around the dynamometer test bed while in place. (e) The test cell shall include a fixed minimum 15' x 24' enclosed, build-up area attached to the movable or collapsible enclosure identified above, which will permanently house all of the ancillary support equipment required for dynamometer and engine operation. (2) Installation requirements: (a) The design, fabrication, and installation requirements shall generally follow that described by the hydraulic dynamometer manufacturer, Kahn Industries Inc., as previously described in NOTE 2 above. The installation requirements provided to the government by the dynamometer manufacturer can be obtained from the government upon request. Other details as needed can be obtained directly from Kahn Industries Inc. (b) This effort shall include all materials and facilities, to include excavation and installation of load appropriate concrete slabs to support the test cell, a cooling/processing plant, fabrication and assembly of a movable or collapsible environmental covering with an attached enclosed build-up area, and all hardware, installation, and documentation. (c) The movable or collapsible test cell structure must allow for removal and installation of the dynamometer test cart. (d) The new system must utilize the existing control room for operation located at Building 3517, Fort Eustis, VA. (e) The system shall provide enclosed access for data acquisition cabling and hardware to be attached to test engines from the existing control center. A diagram of the facility shall be available upon request. Contact Beth Chapman at beth.k.chapman.civ@mail.mil to obtain a diagram or to set up a visit. An on-site visit during normal business hours is permitted. (3) Installation conditions: (a) The ADD-AATD, Fort Eustis, VA, shall provide access to existing test cell equipment for purposes of design and to complete installation. (b) To whatever extent possible, ADD-AATD shall provide details of the existing test cells equipment. (4) The following shall be included on your quote: (a) Description of all hardware, components, and materials. (b) Requirement for any Government-furnished property/data/support/facilities. (c) Travel costs to include number/duration/destination of proposed trips and number of personnel traveling. (d) Identification of any and all subcontracting proposed, to include company name and phone number. (e) Any issues that should be given special consideration such as procurement lead times, duration of installation process, and dependency of system success on any outside sources, etc. (f) Work approach, cost breakdown, delivery schedule, and warranty terms. (g) Because of the unique nature of this requirement, offerors shall identify their experience in the development, maintenance, or operation of a turbine engine research test cell, its specific facilities and/or unique equipment requirements. (5) Work Breakdown Structure: Each offeror shall submit a detailed breakdown, by task, of their proposed solution, culminating in a fully functioning system. The following tasks are anticipated for the order and type of effort required: (a) Task 1 - Initial design, excavation, concrete pads, test cell structure: The first task shall result in a completely functional water brake operations and build-up area, infrastructure for the water processing plant, and a detailed preliminary design for the entire project. Specifically, the contractor shall provide a complete detailed preliminary design for the entire project for review and acceptance by the government. Once accepted, all permits can be obtained and the construction site excavated and concrete poured. The collapsible structure to house the dynamometer and the build-up area building can then be erected and the dynamometer installed. (b) Task 2 - Cooling tower, water storage tanks, and infrastructure: The second task shall be to assemble the water processing system to include the large capacity cooling plant, the closed water storage system, all structure, piping, pumps., etc., sized to enable full dynamometer functionality of the Kahn TM Model 406-040-008 hydraulic dynamometer. (c) Task 3 - Plumbing, electrical, control, etc.: The third task shall be to complete assembly of items to include connection of the cooling plant to the water brake, all electrical and control systems. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, VA 23604. Completion date shall be not later than 24 months after contract award. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.303-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-20, Predecessor of Offeror; FAR 52.204-22, Alternative Line Item Proposal; FAR 52.209-5, Certification Regarding Responsibility Matters; FAR 52.209-7, Information Regarding Responsibility Matters; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.233-2, Service of Protest; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; and DFARS 252-247-7022, Representation of Extent of Transportation by Sea. Clauses incorporated by reference include FAR 52.203-3 Gratuities; FAR 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government; FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; FAR 52.203-17, Contractor Employee Whistleblower Rights; FAR 52.204-4, Printed or Copies Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.229-3, Federal, State and Local Taxes; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.242-13, Bankruptcy; FAR 52.246-16, Responsibility for Supplies; FAR 52.247-34, F.O.B. Destination; FAR 52.249-2, Termination for Convenience of the Government; FAR 52.249-8, Default; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-0001, Line Item Specific: Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001); DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist County; DFARS 252-223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; FAR 52.203-19, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 52.212-2, Evaluation--Commercial items, 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, price and other factors considered. The following factors will be used to evaluate offers: (1) technical capability and approach of the work offered to meet the Government requirement; (2) past performance; and (3) price. All evaluation factors other than past performance, when combined, are significantly more important than past performance. The applicable North American Industry Classification Standard (NAICS) code is 238220. The small business size standard is $15,000,000. Interested sources may identify interest and capability to respond to the requirement or submit quotes. The Government will review and consider all quotes received meeting the criteria stated above, within the closing date set forth in this notice. Companies shall reference W911W6-18-R-0004 in all correspondence with the Government. As stated above, the installation requirements provided to the Government by the dynamometer manufacturer can be found in the document titled "Dynamometer Instructions," which can be obtained from the Government upon request; and other details as needed can be obtained directly from Kahn Industries Inc. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than 13 April 2018, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil (757-878-4827).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d02afb1ba4eb511f5f09a1e468cba21c)
 
Place of Performance
Address: Building 3517, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04856309-W 20180317/180315232118-d02afb1ba4eb511f5f09a1e468cba21c (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.