Federal Bid

Last Updated on 03 Jun 2019 at 7 AM
Combined Synopsis/Solicitation
Point Texas

Dynamometer

Solicitation ID HSCG40-15-Q-403001
Posted Date 23 Jan 2015 at 5 PM
Archive Date 03 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Point Texas United states
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
(ii) Solicitation number HSCG40-15-Q-403001 applies, and is issued as a Request for Quote (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective, 26 December 2014.
(iii) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 334519 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
(iv) The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. Award will be made on an all or none basis and lowest technically acceptable price.

(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.

 

Bid Protests Not Available

Similar Past Bids

Portsmouth Virginia 30 Aug 2021 at 5 PM
Portsmouth Virginia 27 Nov 2019 at 11 AM
Wright patterson air force base Ohio 23 Jun 2016 at 3 PM
Bay Arkansas 19 Aug 2014 at 3 AM
Location Unknown 28 Aug 2015 at 1 PM

Similar Opportunities

No Similar Opportunities Found