Colorado Bids > Bid Detail

COMBINED SYNOPSIS TO AWARD A SOLE SOURCE CONTRACT -VIBRATION TEST UNIT (VTU) CONTROLLER AND MINI-SHAKER UNIT (MSU) ACTUATORS AT TRANSPORTATION TECHNOLOGY CENTER(TTC)

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 30 - Mechanical Power Transmission Equipment
Opps ID: NBD00159362661193424
Posted Date: Jun 6, 2023
Due Date: Jun 20, 2023
Solicitation No: FR23RDI20000000053
Source: https://sam.gov/opp/a5bdc07e5c...
Follow
COMBINED SYNOPSIS TO AWARD A SOLE SOURCE CONTRACT -VIBRATION TEST UNIT (VTU) CONTROLLER AND MINI-SHAKER UNIT (MSU) ACTUATORS AT TRANSPORTATION TECHNOLOGY CENTER(TTC)
Active
Contract Opportunity
Notice ID
FR23RDI20000000053
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL RAILROAD ADMINISTRATION
Office
693JJ6 FEDERAL RAILROAD ADMIN
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 06, 2023 08:53 am EDT
  • Original Date Offers Due: Jun 20, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3040 - MISCELLANEOUS POWER TRANSMISSION EQUIPMENT
  • NAICS Code:
    • 333995 - Fluid Power Cylinder and Actuator Manufacturing
  • Place of Performance:
    Pueblo , CO 81001
    USA
Description

This is a Firm Fixed Price Request for Quotation (RFQ), No. FR23RDI20000000053, being issued by the Federal Railroad Administration (FRA) Office of Acquisitions for the Vibration Test Unit (VTU) Controller and Mini-Shaker Unit (MSU) Actuators.



This OPEN-MARKET solicitation is prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 8, Federal Supply Schedule. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02.



This solicitation is an RESTRICTED to small business and the North American Industry Classification System (NAICS) code is 333995 with an industry size standard of 750 employees. A responsible quoter is one whose offer conforms to the solicitation and will be most advantageous to the Government. It is the Contractor’s responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from https://www.acquisition.gov



To be eligible to receive a Government Contract a Contractor must be registered and active in www.SAM.gov prior to award.



Quotation Requirements

In responding to this quotation, your quotation MUST include the following mandatory business information regarding your firm:




  1. Business Size (Small, Woman-Owned, Disadvantaged, Hub-Zone, Large, Non- Profit, etc)

  2. SAM Unique Entity Identifier

  3. CAGE Code

  4. Federal Tax Identification Number (9-Digits)

  5. Correct Mailing Address for the Purchase Order (include name, telephone,

    email address)

  6. IF PROVISION 52.212-3 IS COMPLETE IN WWW.SAM.GOV PROVIDE A STATEMENT ON QUOTE AND DO NOT FILL OUT ATTACHED PROVISION.



PART II



Vibration Test Unit (VTU) Controller and Mini-Shaker Unit (MSU) Actuators



The Contractor shall furnish all products as described under this solicitation entitled, “Vibration Test Unit (VTU) Controller and Mini-Shaker Unit (MSU) Actuators” in support of the mission of the Federal Railroad Administration (FRA).



This is a Firm Fixed Price (FFP) Request for Quotation and contractors shall quote a total price breakdown based on the proposed contract line item (CLIN) chart below.





CLIN DESCRIPTION QUANTITY UNIT COST TOTAL



0001 MTS-branded 100 kN (22 kip) Linear Hydraulic Actuators 2 $



0002 FlexTest® 200 Controller 1 $



$



1.0 Overview



This is a non-personal services contract to provide a controller and linear hydraulic actuators for the Vibration Test Unit (VTU) and Mini-Shaker Unit (MSU) housed at the FRA’s Transportation Technology Center (TTC) in Pueblo, Colorado. The Government will not exercise any supervision or control over the contract or task order parts providers performing the services herein. Such parts providers shall be accountable solely to the Contractor who, in turn is responsible to the Government as defined in this Requirement of Specifications. The Contractor shall perform to the standards herein.








    1. Background





The VTU and MSU units are used to measure vehicle truck suspension system characteristics and, as such, form a critical aspect of TTC’s experimental capabilities. There is only one vendor capable of providing specific MTS-brand equipment required to (1) meet TTC’s requirements and (2) ensure continuity of operations as these parts must be able to interface with the MTS brand of hydraulic actuators currently installed on multiple pieces of lab equipment housed at TTC, including the VTU.





Minimally, the controller (i.e., the computer system that performs I/O with the instrumentation and other equipment on the MSU/VTU) requires the following capabilities, only offered through MTS-branded replacement parts:



• Capable of simultaneously controlling (at minimum) 20 data channels



• Can be controlled in either displacement or force mode



• Can accepts programmable load rates



• Allows for manual control override



• Capable of generating outputs in a usable form (e.g., .csv or .txt files)



• Capable of interfacing with the MTS hydraulic actuators currently installed on the VTU








    1. Objective





The objective of this non-personal service contract is to procure a FlexText® 200 Controller and MTS Series Linear Hydaulic Actuators, along with applicable warranties, to retore operability to the VTU and MSU currently housed at TTC. The quality and reliability of brand specific MTS products are required to ensure integrity of the equipment and longevity of operation.








    1. Requirement Task Overview





The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to ensure that the specific products that meet the VTU’s and MSU’s technical requirements are manufactured and delivered to FRA (via shipment to TTC).










      1. Task 1 – MTS-branded Linear Hydraulic Actuators (Quantity: 2)









The Contractor shall ensure that the including the following characteristics and components of the MTS Series Linear Hydraulic Actuator family is delivered to TTC:






  • Actuator Assembly for Model 244.22, 100 kN (22 kip)

  • Cable Assembly; Series 252 and Series 256 valves to Model 494.16, 30 m (100 ft)

  • Cable Assembly; 3-stage LVDT valve to Model 494.16, 30 m (100 ft)

  • Ground Cable; 10 AWG, 30 m (100 ft)

  • LVDT Cable Assembly; RJ50 to PT, 30 m (100 ft)

  • Load Cell Cable; RJ50 to PT, 30 m (100 ft)










      1. Task 2 – MTS FlexTest® 200 Controller (Quantity: 1)









The Contractor shall ensure that the including the following characteristics and components of the MTS FlexTest® 200 Controller is delivered to TTC:






  • FlexTest 200 Self-Standing Chassis

  • MTS FlexTest 200 4-Station 4-Channel Base Model

  • MTS FlexTest 200 Additional Channels (Base 4-Channel)

  • Substitute (2) Dual-HSM Transition Modules to support up to 4 Load Frames

  • Remote E-Stop with Cable; 30 m (100 ft)

  • Cable Assembly; E-Stop Only, Wye

  • Conditioning for 1 Additional Transducer

  • Eight Channel Analog Output Board with Breakout Cables; Model 494.46

  • Uninterruptible Power Supply (UPS); 5 KVA, 230V, 50/60 HZ

  • MTS Computer; WIN10, 64 bit, 16GB RAM, 2x500GB hard drive, Desktop

  • MTS-supplied Monitor – 30-in LCD

  • Controller Software; 793.04 PC Per Station Option for MTS FlexTest 60/100/200

  • Controller Software; 793.72 Time History Input/Output and Data Acquisition Option for MTS FlexTest 60/100/200

  • PC per Station Hardware Kit; 2-Station

  • MTS TestSuite™ Multipurpose Elite Software

  • Controller Software; 793.72 Option - Time History Input/Output





2.0 Period of Performance



The period of performance shall be for one (1) Base period of eight (8) months after the date of award. The Period of Performance reads as follows:



Base Period 8 months



3.0 Delivery Instruction



Delivery shall be not more than eight (8) months after receipt of purchase order and scheduling into the Contractor’s production line. Delivery of the components specified in Sections 1.3.1 and 1.3.2 shall be made to the following address:



Federal Railroad Administration



Transportation Technology Center



Attn: Jay Baillargeon / Luis Maal (FRA)



55500 DOT Road



Pueblo, CO 81001



3.1 Physical Security



Not applicable; this equipment is not connected to FRA’s internal network. Any installation services will receive an escort from FRA, if required.



3.2 Periodic Progress Meetings



Not applicable.



3.3 Organizational Conflict of Interest



Contractor and subcontract personnel performing work under this award may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.), or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the CO immediately whenever he/she becomes aware that such access or participation may result in any actual or potential OCI, and may merit the submittal of a plan to the CO to avoid or mitigate any such OCI. This mitigation plan would be determined to be acceptable solely at the discretion of the CO, and in the event the CO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.




























Attachments/Links
Contact Information
Contracting Office Address
  • OFC OF ACQUISITIONS, W BLDG, 3RD FL 1200 NEW JERSEY AVE, SE,
  • WASHINGTON , DC 20590
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 06, 2023 08:53 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >