(v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items:
(vi) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 5, Baltimore, MD 21226.
DYNAMOMETER
ITEM 1: TD3100 ENGINE DYNAMOMETER
Taylor P/N 007010001
1,000 a 1,750 RPM
3,000 lb-ft torque at 1,5000 RPM
Maximum absorber speed of 4,000 RPM
Includes absorber module and trunnion module
Includes torque calibration arm
Includes SAE 0-4 flywheel housing adapter plate
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
Item 2: TEST STAND, TD-3100, 6,000 LB
TAYLOR P/N #031050010
Forkliftable engine test stand for use with the TD-3100 portable dynamometer
Adjustable for a maximum engine mount distance (front to rear) of 68 inches
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
Item 3: ADAPTER KIT
TAYLOR P/N 030020001
For TD-3100/DE series and 1710 driveshafts
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
Item 4: COOLING COLUMN
TAYLOR P/N 032120000-CCC
For engines up to 1,250HP cart mount
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
ITEM 5: DYNPRO INSTRUMENTATION FOR ENGINE DYNAMOMETERS
TAYLOR P/N 044006-ENG
PC Based data acquisition and control system including PC and color printer
Metric and English engineering unit
Automated test builder (profile editor) with Macro (IF-THEN) capability
Alarms for system monitoring and shutdown
Selectable control modes (speed, torque, power, manual)
Configurable screens
Ability to create channels with user defined calculations
Calibration utility to verify and ensure system accuracy
File utility to search for and export selected data
On-line and hard copy users manual
Program security feature
System provides the following input channels: Torque input channel (strain gage, full bridge, + or - 100 mV) engine RPM (standard variable reluctance pickup digital input channel - ESTOP (accepts + or 1 24 VDC), Digital Output - ESTOP with 2-pole relay (10A contacts) Digital Output - Ignition with 2-pole relay (10A contracts) Digital Output-Spare with 2-pole relay (10A contracts) All cables and connections
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
ITEM 6: LOAD CONTROL ASSY, ENGINE, TD-3100
TAYLOR #04499-012
Including: Water pressure regulation valve(s) and accessories, load control valve(s) and mounting hardware air pressure regulation kit.
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
ITEM 7: WORKSTATION, 120V
TAYLOR P/N 058050001
Industrial-grade
Fan Filter System
Power Management System / surge protector
Durable corrosion resistant, powder coat finish
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
ITEM 8: PRESSURE AND TEMPERATURE 8&8 PACKAGE ITEM
TAYLOR P/N PT8+8-E
8 pressure channels:
1 ea 0 to 500 psig
1 ea 0 to 50 psig
1 ea 0 to 200 psig
3 ea -14.7 to 100 psig
1 ea 0 to 100 psig
1 ea 0 to 5 psig
-8 temperature channels with type k thermocouples
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
ITEM 9: THROTTLE CONTROL, PNEUMATIC DYNPRO
TAYLOR P/N 032220002
Universal throttle control stand with swing arm assembly
Pneumatic throttle control system with connecting hardware
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
ITEM 10: THROTTLE CONTROL, ELECTRONIC, DYNPRO
TAYLOR P/N 032230002
For use with electronically controlled engines using Caterpillar HEUI PWM controls and/or DDED II, III, IV
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
ITEM 11 THROTTLE CONTROL, FREQUENCY, DYNPRO
TAYLORE P/N #032250002
For use with electronically controlled systems
Multiple outputs: 0-5v + 0-2.5v (dual TPS), idle validation switch output and 0-2000Hz output (0-5v and + or - 5v) PWM
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
ITEM 12: DELIVERY, INSTALLATION SUPPORT AND TRAINING
Delivery
System Start up and training (customer to provide engine)
Vendor travel, lodging, and per diem should be included in this line item
QUANTITY _1 Unit of Issue: _EA___ UNIT PRICE: ____________ TOTAL:____________
REQUIRED DELIVERY DATE ON OR BEFORE:___As soon as possible____
PROMISED DELIVERY DATE:______________________
PREPARATION FOR DELIVERY: Material shall be shipped to the U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 5, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD. 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to Surface Forces Logistics Center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package.
GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order.
(vii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml.
FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number,
(viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order 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 shall be used to evaluate offers:
Price: The Government will evaluate offers based on best value..
(ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2014) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision.
(x) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item). Dec 2014
(xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is [email protected] .
(xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Dec 2014)
The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2013)
(2) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6.
(3) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)).
(4) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(5) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).
(6) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(7) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(8) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(9) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
(10) 52.225-1, Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d).
(11) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(12) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Registration (Jul 2013) (Deviation)
(13) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. Chapter 67)
(4) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29.U.S.C. 206 and 41 U.S.C. 351, Chapter 67)
Quotes are due by 1 February 2015 @ 12:00 PM EST. Questions and quotes may be emailed to [email protected]. Contractors are responsible for verifying receipt of quotes.
POC is Ramona Hatfield, Purchasing Agent, 410-762-6101. Questions regarding this Request For Quote need to be submitted in writing to [email protected] by 28 January 2015 @ 12:00PM.