21-0045-R1 Request for Proposal package



right81280000center03810004653915REQUEST FOR PROPOSAL # 21-0045-R1OFFICIAL SEALEDINTEGRATED ALTITUDE-CLIMATIC ENGINE AND ELECTRIC MACHINE TESTING EQUIPMENT00REQUEST FOR PROPOSAL # 21-0045-R1OFFICIAL SEALEDINTEGRATED ALTITUDE-CLIMATIC ENGINE AND ELECTRIC MACHINE TESTING EQUIPMENT-33337569989702006607623810Jeff WhitmanISSUED DATE: 04/26/2021DUE DATE: 05/26/2021 2:00 PM CT0Jeff WhitmanISSUED DATE: 04/26/2021DUE DATE: 05/26/2021 2:00 PM CTRequest for ProposalTHIS IS NOT AN ORDEROFFICIAL SEALED Proposal Number: 21-0045-R1NO PUBLIC OPENING Issued Date: 04/26/2021Due Date: 05/26/2021 2:00 PM CT Agent: JEFF WHITMANQuestions regarding this proposal – see Section 2.8For Submittal Instructions & Proposal Response Format – see Section 2.2 and 2.3 Proposal prices and terms shall be firm for sixty (60) days from the date of the proposal to the opening, unless otherwise specified in this Request for Proposal by the UW-Madison Purchasing Services. If NO BID (check here) ? and return. INTEGRATED ALTITUDE-CLIMATIC ENGINE AND ELECTRIC MACHINE TESTING EQUIPMENTNote to Proposers: An optional virtual proposer conference will be held at 1:00 p.m. Central Time on Monday, May 3, 2021 via Microsoft Teams. See Section 2.6 for details. In signing this bid, we have read and fully understand and agree to all terms, conditions and specifications and acknowledge that the UW-Madison Purchasing Services bid document on file shall be the controlling document for any resulting contract. We certify that we have not, either directly or indirectly, entered into any contract or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any other bidder, competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the stated statement is accurate under penalty of perjury. I certify that the information I have provided in this bid is true and I understand that any false, misleading or missing information may disqualify the bid.By submitting a bid, the bidder certifies that no relationship exists between the bidder and the University that interferes with fair competition or is a Conflict of Interest, and no relationship exists between such bidder and another person or firm that constitutes a Conflict of Interest. Further, bidder certifies that no employee of the University whose duties relate to this request for bid assisted the bidder in preparing the bid in any way other than in his or her official capacity and scope of employment.The Bidder certifies by submission of the bid that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Company Name: Company Street Address: Company City, State & Zip:Date: Signature:Type or Print Name: Title: Telephone Number: ( )Fax Number: ( )Email address: Fein Number:DUNS #: Table of Contents TOC \o "1-3" \h \z \u 1.General Information PAGEREF _Toc70337753 \h 51.1.Purpose: PAGEREF _Toc70337754 \h 51.anization of this Solicitation Document: PAGEREF _Toc70337755 \h 51.3.Definitions: PAGEREF _Toc70337756 \h 61.4.eSupplier/VendorNet Registration: PAGEREF _Toc70337757 \h 61.5.Parking: PAGEREF _Toc70337758 \h 61.6.Reasonable Accommodations: PAGEREF _Toc70337759 \h 62.Preparing and Submitting a Proposal PAGEREF _Toc70337760 \h 72.1.Applicable Dates: PAGEREF _Toc70337761 \h 72.2.Notice of Intent to Respond: PAGEREF _Toc70337762 \h 72.3.Submittal Instructions: PAGEREF _Toc70337763 \h 72.4.Proposal Response Format: PAGEREF _Toc70337764 \h 72.5.Incurring Costs: PAGEREF _Toc70337765 \h 82.6.Virtual Vendor Conference (Optional): PAGEREF _Toc70337766 \h 82.7.Oral Presentations, Product Demonstrations and Proposer Location Site Visits (Pre-Award): PAGEREF _Toc70337767 \h 82.8.Clarifications and/or Revisions through Designated Contact: PAGEREF _Toc70337768 \h 82.9.Multiple Proposals: PAGEREF _Toc70337769 \h 92.10.Proprietary Information: PAGEREF _Toc70337770 \h 93.Terms and Conditions of Contract PAGEREF _Toc70337771 \h 103.1.Entire Contract: PAGEREF _Toc70337772 \h 103.2.Contract Administrator: PAGEREF _Toc70337773 \h 103.3.Orders: PAGEREF _Toc70337774 \h 103.4.Payment Terms: PAGEREF _Toc70337775 \h 113.5.Invoicing Requirements: PAGEREF _Toc70337776 \h 113.6.F.O.B. Destination and Installed: PAGEREF _Toc70337777 \h 113.7.On Site Service: PAGEREF _Toc70337778 \h 123.8.University Imports: PAGEREF _Toc70337779 \h 123.9.Travel Per Diems: PAGEREF _Toc70337780 \h 123.10.Campus Delivery Requirements: PAGEREF _Toc70337781 \h 123.11.Acceptance and Test (Post Award): PAGEREF _Toc70337782 \h 133.12.Insurance: PAGEREF _Toc70337783 \h 133.13.Record and Audit: PAGEREF _Toc70337784 \h 133.14.Subcontracting: PAGEREF _Toc70337785 \h 133.15.Fair Price Analysis: PAGEREF _Toc70337786 \h 133.16.Severability: PAGEREF _Toc70337787 \h 143.17.Supplier Diversity: PAGEREF _Toc70337788 \h 143.18.Discriminatory Boycotts of Israel: PAGEREF _Toc70337789 \h 153.19.Debarment: PAGEREF _Toc70337790 \h 153.20.Promotional Materials/Endorsements: PAGEREF _Toc70337791 \h 153.21.Additional Items/Services: PAGEREF _Toc70337792 \h 153.22.W-9 Form: PAGEREF _Toc70337793 \h 154.Requirements and Specifications PAGEREF _Toc70337794 \h 164.1.Special Pandemic and Emergency Operations Considerations (Mandatory): PAGEREF _Toc70337795 \h 164.2.Operational Specification Overview (Informational): PAGEREF _Toc70337796 \h 164.3.Description of Laboratory Facility (Informational): PAGEREF _Toc70337797 \h 164.4.Dynamometer Testbed System Specifications PAGEREF _Toc70337798 \h 194.5.Intake and Exhaust Conditioning System Specifications PAGEREF _Toc70337799 \h 214.6.Fluid Conditioning Systems Specifications PAGEREF _Toc70337800 \h 234.7.Fuel and Air Flow Measurement Systems: PAGEREF _Toc70337801 \h 254.8.Test Cell Data Acquisition & Controls: PAGEREF _Toc70337802 \h 264.9.Emissions Measurement Equipment: PAGEREF _Toc70337803 \h 274.10.Fuel Storage and Supply System: PAGEREF _Toc70337804 \h 294.11.Test Cell Integration and Codes and Best Practices: PAGEREF _Toc70337805 \h 304.12.Software, Manuals, Drawings, Specifications, Schematics: PAGEREF _Toc70337806 \h 304.13.Cost Proposal (30 Points): PAGEREF _Toc70337807 \h 305.Evaluation and Award of Contract(s) PAGEREF _Toc70337808 \h 325.1.Proposal Scoring: PAGEREF _Toc70337809 \h 325.2.Scoring Criteria and Method: PAGEREF _Toc70337810 \h 325.3.Best and Final Offers: PAGEREF _Toc70337811 \h 425.4.Contract Award: PAGEREF _Toc70337812 \h 425.5.Notification of Award: PAGEREF _Toc70337813 \h 42Attachment A: Vendor Information Form PAGEREF _Toc70337814 \h 43Attachment B: Client Reference List PAGEREF _Toc70337815 \h 45Attachment C: Standard Terms and Conditions PAGEREF _Toc70337816 \h 46Attachment D: Applicable Federal Rules PAGEREF _Toc70337817 \h 52Attachment E: Building Drawings PAGEREF _Toc70337818 \h 55General Information Purpose: The University of Wisconsin-Madison, hereinafter referred to as the “University”, through its Purchasing Services Department, hereinafter referred to as “Purchasing”, on behalf of the Department of Mechanical Engineering, hereinafter referred to as “Department”, requests bids for the purchase of INTEGRATED ALTITUDE-CLIMATIC ENGINE AND ELECTRIC MACHINE TESTING EQUIPMENT. BACKGROUNDThis project involves the design, construction, installation, and commissioning of test equipment integrated into an existing laboratory engine testing facility that will allow for testing of IC engines and hybrid IC engine electric-machine power systems with intake and exhaust conditions representative of altitudes up to 8000 m. The testing setup must be capable of testing IC engines with maximum power outputs from 20 kW to 225 kW. Future use may include testing of IC engines and/or electric machines mounted inside of a pressure vessel, but this functionality is not part of the current request for proposals. Engine testing will include multi-cylinder and single-cylinder as well as rotary engine and opposed-piston engine testing. The equipment for the integrated testing solution must include (but is not limited to) an AC regenerative dynamometer to serve as the load or motor, a pallet or cart system for power system mounting and alignment, appropriate shaft connection to dynamometer and inline torque transducer, altitude climatic intake and exhaust systems for altitude and climate simulation, fluid conditioning systems for the IC engine (coolant, oil, and fuel), emissions equipment for engine exhaust characterization, data acquisition for engine testing, and a fuel supply system. See Requirements and Specifications (Section 4) and/or Cost Proposal Form (Attachment B) for the minimum acceptable specifications for items/services desired. The estimated item quantities identified on the Cost Proposal Form are for proposal purposes only. The University does not guarantee to purchase any specific quantity or dollar amount. This contract must not be construed as mandatory upon any University campus, State agency or municipality. The University reserves the right to issue separate proposals when deemed in the best interest of the University.The University reserves the right to negotiate with any contracted vendor(s) to establish additional discounts and/or lower prices for products determined to meet the requirements of a University-led initiative to set product standards. Contractor vendor(s) may be asked to provide new, lower prices for these standard products and configurations for a limited, fixed term, to fall within the term of the contract resulting from this Request for Bid/Request for Proposal. All University of Wisconsin-Madison departments must be eligible to purchase from this anization of this Solicitation Document: This document is divided into five (5) main sections. The sections also refer to “Attachments” when such organization assists in making this document more fluid. The five (5) main sections are: Section 1General Information (generally states the intent of the solicitation and submittal instructions)Section 2Preparing and Submitting a Proposal.Section 3Terms and Conditions of Contract (contains performance clauses that will become part of any awarded contract). Section 4Requirements and Specifications (technical and other specifications for the proposal).Section 5Evaluation and Award of Contract(s) (contains details of the evaluation process).Definitions: The following definitions are used throughout this document:Agent means UW Madison Purchasing Agent responsible for this Request for Proposal. Full contact information can be found in Section 2.8.Contractor means successful proposer awarded a contract.Department means UW Madison’s Department of Mechanical Engineering.DVB means Disabled Veteran-Owned Business.MBE means Minority Business Enterprise.Proposer means a firm submitting a Proposal in response to this Request for Proposal.Purchasing card means State credit card.Purchasing means the Purchasing Services Department in the Division of Business Services responsible for the procurement of goods and services on UW-Madison campus, located at 21 N. Park St., Madison, WI 53715.RFP means Request for Proposal.State means State of Wisconsin.University and UW both mean University of Wisconsin-Madison.WBE means Woman-Owned Business Enterprise.eSupplier/VendorNet Registration: Registration on the State of Wisconsin’s eSupplier Portal (eSupplier.) is available free of charge to all businesses and organizations that want to sell to the state. Refer to Bidder Response: Registration and Sign-in Process for further instructions. Registration allows a vendor to:Registration for a bidders list for commodities/services that the vendor wants to sell to the state. Receive an automatic e-mail notification each time a state agency, including the University of Wisconsin System campuses, posts a Request for Bid (RFB) or Request for Proposal (RFP) with an estimated value over $50,000.00 in their designated commodity/service area(s). Receive an e-mail notification of addendums/amendments relative to the RFB or RFP. Only vendors registered, with a valid e-mail address, at the time of the RFB or RFP is posted will receive e-mail notifications of addendums/amendments. Vendors who obtain the RFB or RFP from a third party; through the public notice website; or other means assume responsibility for checking for updates to the RFB or RFP. Parking: University parking is very limited. Each Contractor and/or employee(s) shall make their own arrangements for parking through UW Transportation Services (website: ) No additional costs will be allowed for parking fees or violations. Unauthorized vehicles parking in University lots or loading docks without permits will be ticketed and or towed.Reasonable Accommodations:The University will provide reasonable accommodations, including the provision of informational material in an alternative format, for qualified individuals with disabilities upon request. Preparing and Submitting a Proposal Applicable Dates: Date Event 04/26/2021Date of Issue of the RFP 05/03/2021 – 1:00 PM CTVirtual Conference - Optional05/04/2021Notice of Intent to Respond Due Date05/06/2021Written questions due05/26/2021 – 2:00 PM CTRFP Due Date (Local Madison Time) Notice of Intent to Respond:Prospective proposers should submit to the Agent a Notice of Intent to Respond in the form of an email by the date indicated in Section 2.1. This will ensure that the proposer is included on subsequent amendments and notifications for this procurement. Submitting a Notice of Intent to Respond does not bind a vendor but provides the Department of Mechanical Engineering with a potential list of vendors that are interested in the procurement and that would like to be included in future communications regarding this RFP.The Notice of Intent to Respond email should include the following information.The name of the business/organizationThe contact person’s name and titleThe contact person’s mailing address, email address, and telephone numberSubmittal Instructions: ONLY EMAILED BID RESPONSES WILL BE ACCEPTED.All completed bids must be e-mailed to bids@bussvc.wisc.edu, with the RFB number and vendor name in the subject line. Bids must be received and date/time stamped prior to 2:00 p.m. CT on the stated bid due date. RETAIN A COPY OF YOUR BID RESPONSE FOR YOUR FILESSubmitting a bid to any other e-mail address than bids@bussvc.wisc.edu does not constitute receipt of a valid bid by Purchasing Services.? Proof of transmission doesn't constitute proof of receipt.? E-mail submissions of signature pages should be a scanned copy of the document with ACTUAL signatures and initials (or electronic signatures) and should be received prior to 2:00 p.m. CT on the stated due date.Contact Purchasing Services Agent listed in Section 2.8 for assistance. The Maximum file size that can be accepted is 25MB. Please consider submitting your proposal as a zip file.Proposal Response Format: Proposals should be organized and presented in the following order. Each section should be separated by tabs or otherwise clearly marked. The contents within each tab should reference the section or attachment number assigned in the RFP. Failure to submit as indicated may disqualify your proposal.Tab 1: Request for Proposal form signed by an authorized representative of proposing company - Cover Page.Vendor Information Form, Attachment A Client Reference List, Attachment CCurrent W-9 (IRS Form may be found here: )Tab 2: Responses to specifications in Section 4. – Requirements and Specifications (Sections 4.1 – 4.18) Tab 3: Cost Proposal, Attachment BTab 4: Other RETAIN A COPY OF YOUR PROPOSAL RESPONSE FOR YOUR FILES Incurring Costs: The State of Wisconsin is not liable for any cost incurred by proposers in replying to this RFP. Virtual Vendor Conference (Optional): Proposer may attend a virtual conference prior to submitting a proposal to assure themselves and the University that they fully understand all requirements of the project. The virtual conference will be held via Microsoft Teams on Monday, May 3, 2021 at 1:00 p.m. Contact David Rothamer at rothamer@wisc.edu to confirm your attendance of the virtual conference.No additional charges shall be allowed by the Contractor for lack of information or misunderstanding information if the Proposer does not attend the virtual conference.Oral Presentations, Product Demonstrations and Proposer Location Site Visits (Pre-Award): The University at its sole discretion, may require oral presentations, product demonstrations and/or proposer location site visits to validate information submitted with the proposals. Failure of a proposer to conduct a presentation on the date scheduled or allow an on-site/proposer site visit may result in rejection of the proposal. These events cannot be used as an opportunity to alter proposals submitted.Clarifications and/or Revisions through Designated Contact: All communications and/or questions in regard to this request should be in writing and must reference the proposal number. Proposers are encouraged to e-mail written questions to the Agent. Verbal questions when permitted must be directed to the Agent. If a Proposer discovers any significant ambiguity, error, conflict, discrepancy, omissions or other deficiency in this RFP, they have five (5) business days after the RFP issue date and time to notify, in writing, the Agent at the address shown below of such error and request modification or clarification of the RFP document. ADMINISTRATIVE: Jeff WhitmanUW Purchasing21 N Park St, Suite 6101Madison, WI 53715-1218E-mail: jeff.whitman@wisc.edu If a Proposer fails to notify the Purchasing Office of an error in the RFP document which is known to the Proposer, or which must have reasonably been known to the Proposer, then the Proposer shall submit a response at the Proposer’s risk and if awarded a contract, shall not be entitled to additional compensation or time by reason of the error or its later correction.In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFP, supplements or revisions will be posted on and publicnotices.. Any contact with University employees concerning this RFP are prohibited, except as authorized RFP manager during the period from date of release of the RFP until the intent to award is released. Contacting anyone other than the Designated Contacts(s) above may disqualify your RFP. Multiple Proposals: Proposers who wish to submit more than one proposal may do so, provided that each proposal stands alone and independently complies with the instructions, conditions and specifications of the request. If multiple responses are submitted, the University reserves the right to select the most advantageous proposal to the University.Proprietary Information: Any information contained in the Proposer’s response that is proprietary must be detailed separately on form DOA-3027. Marking of the entire response as proprietary will neither be accepted nor honored. The University cannot guarantee that all such material noted remains confidential, particularly if it becomes a significant consideration in contract award. Information will only be kept confidential to the extent allowed by State of Wisconsin Public Disclosure Law (refer to Standard Terms and Conditions, Section 27.0). A copy of the form needed to designate portions of your submission as proprietary can be found at: Terms and Conditions of ContractEntire Contract: A contract will be awarded based on the criteria established in this Request for Proposal, including attachments and any amendments issued. The RFP, the proposal response, and written communications incorporated into the contract constitute the entire contract between the parties. The hierarchy of documents in descending order for resolution is as follows:Contract Award Letter Original Request for Proposal Number 21-0045-R1 dated, 04/26/2021 including amendments/attachments Proposer response to RFP Official Purchase Order (when applicable) Any other terms and conditions provided by the Proposer with the proposal or for future transactions against this contract, including but not limited to click on agreements accepted by the Customer; shrink wrapped agreements; or terms submitted with quotations, order acknowledgements, or invoices; will be considered null and void and will not be enforceable by the Contractor unless agreed to in a written amendment signed by the University Purchasing Department. Any exceptions to this RFP should be submitted with your response and alternative language proposed.Deviations and exceptions from original text, terms, conditions, or specifications shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the proposal response as an attachment. Each deviation and exception must be identified by the section, page and paragraph to which it applies. In the absence of such statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidder/proposer shall be held liable. Submitting a standard Proposer contract or term and condition as a complete substitute or alternative for the language in this solicitation will not be accepted and may result in rejection of the proposal.The University reserves the right to negotiate contractual terms and conditions or reject the Proposer‘s response and proceed to the next qualified proposer.Contract Administrator: Any correspondence must include reference to proposal number 21-0045-R1 and be sent to the Contract Administrator. The Contractor Administrator is authorized to give the approvals required under this contract on behalf of the University. University The Contract Administrator for the University is: Jeff WhitmanUniversity of Wisconsin-MadisonPurchasing Services 21 N Park St, Suite 6101Madison, WI 53715-1218E-mail: jeff.whitman@wisc.edu Orders: Under this contract, Specific order(s), Contract blanket order(s), or Purchasing Card orders (defined below) may be issued to the Contractor(s). Specific order(s): issued as one-time orders Contract blanket order(s): issued for a specified period of time to allow departmental personnel to issue releases against the Contract blanket order(s) as needed. Purchasing Card order(s): issued as one-time order(s). Payment Terms: Payment will not be made until the item service is determined to meet all specifications and has been accepted by the University of Wisconsin-Madison. The University will pay the Contract Net 30 days as accepted by the University. Invoicing Requirements: Invoices for Purchase Orders: Contractor must agree that all invoices and purchasing card charges shall reflect the prices and discounts established for the items on this contract for all orders placed even though the contract number and/or correct prices may not be referenced on each order.The University must meet a statutory mandate to pay or reject invoices within 30 days of receipt by University Accounts Payable. Before payment is made, it also must verify that all invoiced charges are correct as per this Contract. Only properly submitted invoices will be officially processed for payment. Prompt payment requires that your invoices be clear and complete in conformity with the instructions below. All invoices must be itemized showing:Contractor nameremit to addresspurchase order numberrelease number if givendate of order/releaseitem manufacturer’s name or abbreviation (if applicable)complete item description including catalog, model and/or stock number(s) identical to those stated in proposal prices per the Contract At the discretion of Purchasing, invoices not reflecting the correct discount or net prices may be short paid or disputed.The original invoice must be sent to University Accounts Payable, 21 N Park St, Suite 5301, Madison, WI 53715-1218.Purchasing Card: Order confirmation shall contain the same detail as listed in Section 3.5.1 and should be sent to the address given at the time of the order is placed.Any fees charged for use of the University’s purchasing card program are not allowed.3.6.F.O.B. Destination and Installed:All deliveries shall be FOB Destination and Installed. Delivery and installation charges and risk of loss shall be borne by the Contractor. Items are to be installed at Mechanical Engineering Building, B1143, 1513 University Ave., Madison, WI, F.O.B. DESTINATION INSTALLED. Proposal prices must include all packing, freight, insurance, set-up, instruction and operation manual charges, excluding any import/export costs. Items must be set in place connected to utilities as applicable, installed in the area designated by University personnel, demonstrated to be in operating condition, and approved by University personnel. All debris must be removed from the University premises and properly disposed of by the Contractor. Upon installation, all operating instructions and operating and maintenance manuals must be furnished to University personnel as identified.Indicate on the Cost Proposal Form the Country of Origin and Shipping Point.For University Imports: See Section 3.8 Failure to bid FOB DESTINATION INSTALLED, delivery and installation charges and risk of loss borne by the Contractor in price may disqualify your proposal.On Site Service:In carrying out the scope of this Contract, the Contractor shall be required to perform services on University property. Proposers cost must include all transportation charges.University Imports: Definitions: Custom Charges/Fees: typically includes, but is not limited to, United States duties, if applicable; port of entry documentation fees; custom clearance fees; applicable tax; etc.University Imports: When the University is the Importer of Record or has responsibilities for paying Custom Charges/Fees for products purchased directly from a foreign country.Proposals must include costs from proposer’s door to port of destination and local delivery charges. Custom Charges/Fees should not be included in the proposal price. The University will be responsible for determining Custom Charges/Fees from a University designated customs broker and adding the cost to the proposal price. If these charges are identified in your proposal, they will be deducted from your total proposal price and the University’s estimate added instead. This adjusted total cost will serve as the basis for award.The University will be responsible for arranging the payment of all United States Custom Charges/Fees, if applicable. The awarded Contractor must use the University's contracted customs broker, as identified on the purchase order. Customs charges will not be paid to the awarded Proposer or anyone other than the University’s designated customs broker under any circumstances, unless previously agreed to in writing by the University.Travel Per Diems: All of the Contractor’s travel and per diem expenses shall be the Contractor’s sole responsibility. Payment to the Contractor by the University shall not include an additional amount for this purpose.Campus Delivery Requirements: Delivery of orders shall be made to the University departments five days per week, Monday through Friday, during normal University business hours. The University of Wisconsin-Madison no longer permits access to trucks over 30 ft. in length on several designated streets on this campus. The exceptions are trucks necessary for the delivery or pick up of perishable commodities, private construction vehicles, vehicles carrying radioactive materials, and campus service vehicles. For specific policy language, a campus map and restrictions, see the University Transportation Services website at . This contract requires that Contractor deliver goods to the stated delivery address in accordance with the 30’ truck policy referenced in Section 3.13.2 above. Any unique delivery arrangements must be pre-approved by contacting the ordering department or Material Distribution Services (MDS) at (608) 497-4432. MDS reserves the right to charge Contractor reasonable material handling fees for any deliveries they make for the Contractor.Acceptance and Test (Post Award): Acceptance testing will occur within 60 days after the item/service has been installed. Acceptance testing will be performed by the University by the University and will consist of verification of the specifications and performance requirements. If the item/service does not meet specification or performance requirements, the Contractor will have 60 days to meet requirements. If after this time period the item/service still does not meet specifications or performance requirements, the Contractor agrees to remove the item and return any payments that may have been made.Mechanical Engineering staff are the only authorized personnel who can sign an acceptance form. The warranty period will begin following the successful acceptance testing.Insurance: The Contractor shall maintain insurance levels as required in Standard Terms and Conditions, Section 22.0. A certificate of insurance must be provided upon award. The Contractor shall add: “The Board of Regents of the University of Wisconsin System, its officers, employees and agents” as an ‘additional insured’ under the commercial general and Contractor's liability policies. The certificate holder shall be listed as the University of Wisconsin-System Administration or System campus for their respective purchases. Record and Audit: The Contractor shall establish, maintain, report as needed, and submit upon request records of all transactions conducted under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, State of Wisconsin and local ordinances. The University shall have the right to audit, review, examine, copy, and transcribe any pertinent records or documents held by the Contractor related to this contract. The Contractor shall retain all applicable documents for a period of not less than five years after the final contract payment is made. The University reserves the right to inspect any facilities used to support this Contract.Subcontracting: Any Contract resulting from this proposal shall not be, in whole or in part, subcontracted, assigned, or otherwise transferred to any Subcontractor without prior written approval by Purchasing. Upon request Contractor must provide Subcontractor’s complete contact information including EIN# (TIN#, SS#) and signed W-9 for. The Contractor shall be directly responsible for any subcontractor's performance and work quality when used by the Contractor to carry out the scope of the job. University reserves the right to assess Contractor damages in excess of the contract amount for Subcontractor’s failure to perform or inability to complete required project milestones.Subcontractors must abide by all terms and conditions under this Contract. Fair Price Analysis: Purchases made under this contract may require further fair price analysis. The awarded Proposer will be required to provide documentation (i.e. published price list, list of previous buyers, etc.) to allow the University to complete this analysis.Severability: If any provision of this contract shall be, or shall be adjudged to be, unlawful or contrary to public policy, then that provision shall be deemed to be null and separable from the remaining provisions and shall in no way affect the validity of this contract.Supplier Diversity: Minority Business Enterprise Program (MBE) The State of Wisconsin is committed to the promotion of minority business in the state's purchasing program and a goal of placing 5% of its total purchasing dollars with certified minority businesses. Authority for this program is found in ss. 15.107(2), 16.75(4), 16.75(5) and 560.036(2), Wisconsin Statutes. The University of Wisconsin-Madison is committed to the promotion of minority business in the state's purchasing program.The State of Wisconsin policy provides that Wisconsin Certified minority-owned business enterprises should have the maximum opportunity to participate in the performance of its contracts. The supplier/contractor is strongly urged to use due diligence to further this policy by awarding subcontracts to minority-owned business enterprises or by using such enterprises to provide goods and services incidental to this agreement, with a goal of awarding at least 5% of the contract price to such enterprises.The Supplier/contractor may be requested to provide information about its purchases from Wisconsin certified MBEs. A listing of certified minority businesses, as well as the services and commodities they provide, is available from the Department of Administration, Office of the Minority Business Program, 608/267-7806. To view all MBE firms go to select the MBE box and click search.Woman Owned Business (WBE) The State of Wisconsin is committed to the promotion of Woman-Owned Businesses as outlined in 560.035, Wisconsin Statutes.The State of Wisconsin policy provides that Woman-Owned Businesses certified by the Wisconsin Department of Commerce should have the maximum opportunity to participate in the performance of its contracts. The supplier/contractor is strongly urged to use due diligence to further this policy by awarding subcontracts to Woman-Owned Businesses or by using such businesses to provide goods and services incidental to this agreement.Disabled Veteran Owned Business (DVB) The State of Wisconsin policy provides that Disabled Veteran-Owned Business Enterprises certified by the Wisconsin Department of Administration should have the maximum opportunity to participate in the performance of its contracts. The supplier/contractor is strongly urged to use due diligence to further this policy by awarding subcontracts to Disabled Veteran-Owned Businesses or by using such enterprises to provide goods and services incidental to this agreement, with a goal of awarding at least 1% of the contract price to such enterprises.The supplier/contractor may be requested to provide information about its purchases from Wisconsin certified DVBs.A listing of certified minority businesses, as well as the services and commodities they provide, is available from the Department of Administration, State Supplier Diversity Program, 608/267-9550. To view all DVB firms, go to , select the DVB box, and click search.Discriminatory Boycotts of Israel:Effective October 27, 2017, consistent with 2017 Wisconsin Executive Order 261, contractor agrees it is not engaged in a boycott of the State of Israel and further, contractor will not during the term of the contract engage in a boycott of the State of Israel. State agencies may not execute a contract and reserve the right to terminate an existing contract with a business entity that is not compliant with this provision. This provision applies to all contracts of all values.Debarment:Federal Executive Order (E.O.) 12549 “Debarment“ requires that all contractors receiving individual awards, using federal funds, and all subrecipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. By signing this document, you certify that your organization and its principals are not debarred. Failure to comply or attempts to edit this language may disqualify your bid. Information on debarment is available at the following websites: and Materials/Endorsements:Contractor agrees that they will not use any promotional or marketing material which states expressly or implies that the University endorses either the Contractor or any party related to the Contractor or this Contract.Additional Items/Services:Similar items/services may be added to this Contract provided it was mutually agreeable to both Purchasing Services and the Contractor. Scope of work and pricing (including discounts) must be consistent with the current contract items/services.W-9 Form:All suppliers are required to submit a current W-9 for the University to set up a supplier file. Following is a link to the current IRS form. Requirements and SpecificationsRequirements that include the word “must” or “shall” describe a mandatory requirement. Failure to meet a mandatory requirement may disqualify your proposal. Special Pandemic and Emergency Operations Considerations (Mandatory):The University of Wisconsin System, individual campuses, municipalities, counties, or the State or Federal government may have emergency orders or guidelines in place mandating or recommending measures such as face masks, protective gear, hand washing, temperature checks, symptom reporting, social distancing, or other temporary public health and safety measures. All suppliers visiting UW campuses or participating in UW sponsored activities, whether on or off campus, must comply with all relevant University, campus, government, and public health and safety mandates and guidelines unless specifically exempted by the applicable legislation, executive order or public health order. UW reserves the right to impose additional health and safety requirements, processes, and procedures at any time. Proposers, contractors and suppliers and their support personnel present in person at any UW site or event must comply with all such applicable measures in effect at that location.Current UW-Madison established requirements for Vendors/Suppliers can be found here.Operational Specification Overview (Informational): This project involves the design, construction, installation, and commissioning of test equipment integrated into an existing laboratory engine testing facility that will allow for testing of IC engines and hybrid IC engine electric-machine power systems with intake and exhaust conditions representative of altitudes up to 8000 m. The testing setup must be capable of testing IC engines with maximum power outputs from 20 kW to 225 kW. Future use may include testing of IC engines and/or electric machines mounted inside of a pressure vessel, but this functionality is not part of the current request for proposals. Engine testing will include multi-cylinder and single-cylinder as well as rotary engine and opposed-piston engine testing. The equipment for the integrated testing solution must include (but is not limited to) an AC regenerative dynamometer to serve as the load or motor, a pallet or cart system for power system mounting and alignment, appropriate shaft connection to dynamometer and inline torque transducer, altitude climatic intake and exhaust systems for altitude and climate simulation, fluid conditioning systems for the IC engine (coolant, oil, and fuel), emissions equipment for engine exhaust characterization, data acquisition for engine testing, and a fuel supply system. Description of Laboratory Facility (Informational): Equipment will be installed into an existing laboratory facility in the Mechanical Engineering Building of the University of Wisconsin-Madison (1513 University Ave, Madison, WI 53706). The facility for the project is a laboratory test cell suite composed of rooms B1143, B1143A, B1143B, B1143D, and B1151 shown in REF _Ref58657156 \h Figure 1 below. Building drawings showing construction details are provided as Attachment E. Rooms B1143A, B1143B, and B1143C were designed as engine test cell spaces. Room B1143C is an actively used test cell, whereas as B1143A and B1143B are the test cell spaces that could be used for this project. The proposal offer can consider either of those spaces for their design.Room B1151 is a utility space available for installation of test cell related equipment and utilities. The majority of this space is available for installation of test cell supporting equipment. The only space not available is indicated by the blue boxes that represent existing equipment that needs to remain in the room. The room B1151 also features a 2-ton overhead bridge crane with a clearance of 9 ft.9461508255Existing equipment to remain in room0Existing equipment to remain in room5524501016000349029080327500381221080327500220980555625Building Utilities: PCW, Electrical Bus Ducts, Compressed Air0Building Utilities: PCW, Electrical Bus Ducts, Compressed Air615952136775N0N3111501431925Figure 1.Floor plan with dimensions for laboratory facility where project will be implemented. Room B1143D is currently an instrumentation lab. This room is also available for installation of test cell supporting equipment. Process chilled water and electrical bus ducts along with building water pipes and a 2” compressed air line run along the back wall of the room (west wall). There are connections for process chilled water (1 ?” pipe) and for compressed air (1/2” tube). The ceiling height in the room is variable in parts but is 11 ft tall in most of the room. Room B1143A and B1143B are the two test cells available for the current project. One of the test cells will be chosen for equipment installation for engine testing for the project in consultation with the proposer selected. Both test cells have process chilled water available in the rooms (2” pipe connection, process chilled water supply is 4” diameter pipe). The rooms currently have a ?” compressed air line run into them. Both rooms feature a utility trench that is approximately 1 ft wide by 6 inch deep that surrounds a rectangular 4 ft by 8 ft area near the center of the rooms. B1143B has a 4 ft x 8 ft T-slotted cast iron bed plate mounted in this center area. B1143 A has a smaller T-slotted table currently in this center area surrounded by the utility trench. The proposed equipment installation can utilize the existing 4 ft x 8 ft bed plate in B1143B, but it is not required to do so (this bed plate may be removed). Both rooms feature 2-ton overhead bridge cranes with a clearance of 9 ft. Each lab also has a connection to the building engine exhaust system in it. Additional building utilities and building information is provided in REF _Ref69021382 \h Table 1. Table 1. Information on available building utilities and additional building information. Capacities are approximate values.Several of the building utilities supplied to the lab space run along the back wall of the lab (west wall) in a utility access space. This includes process chilled water supply and return lines, a 2” compressed air line, and electrical bus ducts. Other building utilities are available but may come at increased cost. The proposal offerors are encouraged to utilize building utilities to reduce electrical power requirements of cooling and heating equipment while balancing the costs that might be incurred by the University to bring in additional utility capacity not already in the space. Prior to installation of equipment all unneeded equipment will be removed from the spaces used except for equipment in use to support operations in B1143C, which is an actively used test cell. University of Wisconsin-Madison Facilities Planning & Management (FP&M) will manage and perform or contract the facilities work needed to support installation of equipment into the space. This will include the electrical, plumbing and steamfitter, and HVAC trades work needed as well as any modification to building structure such as wall penetrations or floor modifications. These items do not need to be included in the proposal. The contractor will work with FP&M and the technical contact for the work to specify electrical, plumbing, HVAC, and structural modifications and locations. FP&M will be responsible for supplying the specified hook ups and connections for test cell utilities. The contractor will be responsible for the final equipment connections. The contractor will supply and integrate all equipment needed for test cell operation. The test cell and equipment design shall utilize industry best practices regarding safety and compliance with current legislation is required. All electrical equipment supplied must be NRTL certified and must meet all applicable codes. The proposer shall work with FP&M to ensure that sufficient ventilation and cooling capability for the laboratory spaces is present and analysis of this shall be included in the proposal. Since the facility is situated in the basement of a building that also houses classrooms, offices, and other laboratory spaces with sensitive equipment, minimization of vibration and noise transmission (both sound and electrical) to the building is desired. It is desired that the noise level at the operator station is sufficiently low to allow for testing without ear protection. The noise level at the operator position should be below 85 dBA during test-cell operation. Dynamometer Testbed System SpecificationsThe dynamometer testbed system must feature a high-performance AC regenerative dynamometer with absorbing and motoring capability. The UUT will be mounted to a pallet or cart system. The pallet/cart shall automatically align with the driveline and be able to be secured quickly in that aligned position. Connections input/output for sensors, signals, and low voltage DC supplies show be provided in the cell close the pallet/cart location and quick connections for fluids should be provided close to the pallet/cart. A driveline guard shall be included along with a high-precision torque meter. AC Regenerative DynamometerThe dynamometer to be installed shall be an AC regenerative dynamometer system with associated drive and control system. All required components needed for installation and operation of the system must be supplied including: isolation transformers, motor cables, signal cables, etc. The system must include a high-resolution inline torque meter with high bandwidth and a means of calibration. A system for coupling engines and electric machines to the dynamometer should be provided and shall be functional for the range of powers and torque indicated. A driveline guard shall also be included. Specifications for the dynamometer and torque meter are provided in REF _Ref58661250 \h Table 2. The dynamometer system shall be capable of operating in constant torque, constant speed, and power-law modes. The system shall be capable of transient engine test cycles, including: FTP transient, ETC, and other cycles. The system and associated software shall also allow for implementation of custom test cycles that coordinate transients in dynamometer operation with transients in the intake and exhaust air conditions. The system shall be able to communicate using standard protocols with the laboratory test cell automation and control system and data acquisition systems.Table 2: Required specifications for dynamometer and torque meter. UUT = unit under test. Values in parentheses are desired specification if achievable at similar cost.Parameter/ItemUnitsRequired Value Optional ValueRated power (absorbing or motoring)[kW]225275 (absorbing)Rated torque (absorbing or motoring)[N-m]900 (1000)Power rating range of UUT[kW]20-225Maximum speed[rpm]12,000Maximum speed gradient[rpm/s]10,000Overload factor (up to 60 s duration) [-]1.2Maximum settling time (100% load step, <3% speed error) [s]0.25Torque meter accuracy%0.02Torque meter bandwidth[kHz]5Engine Pallet/Cart Docking System The engine or other unit under test will be mounted on a pallet or cart system that will enable change out of the UUT in approximately 1 day or less with 2 personnel. Connections for sensors and control I/O and low voltage power (5 V, 12 V, and 24 V) should be available close to the cart/pallet via a boom box or other means. Quick connections for oil and coolant for the UUT to the facilities in the lab must be provided near the pallet/cart. A method for aligning the UUT to the pallet/cart must be provided. The pallet/cart shall have alignment features that align the pallet/cart and UUT to the coupling shaft and the dynamometer. A flexible means of connecting air and exhaust also need to be provided for the UUT. For single-cylinder engine testing the pallet/cart shall provide for mounting of suitable intake and exhaust surge tanks and connections for surface heaters for the intake surge tank (tanks and heaters should not be included in the proposal). The pallet/cart system must support flexible mounting of UUT and exhaust aftertreatment components (DOC, DPF, SCR, etc.). Possible UUT include single-cylinder research engines; multi-cylinder utility, automotive, off-road, and heavy-duty engines; rotary and opposed piston; electric machines, and others. All equipment needed to transport the engine pallet/cart into the test cell and install it on the test bed must be provided. For the current proposal 2 pallets/carts shall be provided with the option to purchase additional pallets/carts. Table 3. Summary of requirements for engine pallet/cart system.ParameterValueTypes of Units Under Test (UUT)Single-cylinder research, multi-cylinder, rotary, opposed-piston, electric machines, otherElectrical ConnectionsIO panels for data acquisition and control near cart in test cell; Low voltage DC power (5V, 12V, 24V), AC power for heaters, etc.Fluid ConnectionsEngine coolant and oil shall feature quick connection mechanisms that minimize fluid loss, in test cell near cartAlignment features Alignment of UUT to pallet, and of pallet to dynamometerAdditional featuresFlexible mounting of accessories via 80/20 strut or Bosch strutNumber of pallets/carts to supply2 with the option to purchase additionalMaximum length of UUT 1.75 m Maximum width of UUT 1.22 mIntake and Exhaust Conditioning System SpecificationsThe intake and exhaust conditioning systems must be setup to simulate altitude conditions for the engine intake and exhaust. Additionally, the systems should be able to simulate boosted intake conditions. Finally, provisions must be provided to allow an engine to use room air directly and to exhaust to send engine exhaust directly to the building engine exhaust system. Altitude-Climatic Intake and Exhaust Simulation CapabilitiesThe altitude-climatic intake and exhaust system will provide conditioned air with controlled pressure, temperature, and humidity, allowing ambient conditions corresponding to altitudes from approximately 0 to 8000 m to be simulated. The operating specifications for the system are included in REF _Ref58338800 \h Table 4. The system shall be capable of directly supplying air to an engine (or other unit under test (UUT)) and accepting exhaust from an engine (or other UUT) over the power range described for the dynamometer in REF _Ref58661250 \h Table 2. The system shall also be capable of supplying a pressure vessel/vacuum chamber where an engine, electric machine, or other combustion device is installed. The system shall be capable of maintaining pressure, temperature, and humidity conditions on the inlet side, and receiving the exhaust from that chamber or flow out of the chamber. Plumbing for positive crankcase ventilation to both intake and exhaust shall be provided (only one used at a time). The chamber itself is not included in the current request for proposals. Table 4. Specifications for altitude-climatic intake and exhaust systems. Values in parentheses are desired specification if achievable at similar cost. *For flowrates > 30 kg/h.ParameterUnitsMin.Max.Air Temperature Range[C]-20 (-37)50Air Temperature Regulation Accuracy[C]±1Air Pressure Control Range (absolute)[kPa]40 (35)100(110)Air Pressure Regulation Accuracy[kPa]±0.5Exhaust Pressure Control Range (absolute)[kPa]40 (35)120Exhaust Pressure Regulation Accuracy[kPa]±0.5Relative Humidity Range (unless constrained by Humidity Ratio)[%]1090Humidity Ratio (w) Range[kg H2O/ kg air]0.00050.050Humidity Ratio Regulation Accuracy (for w ≥ 0.0025 kg H2O/ kg air) [% of value]±10Humidity Ratio Regulation Accuracy (for w < 0.0025 kg H2O/ kg air)[kg H2O/ kg air]±0.00025Air Mass Flow to UUT (all T and P ≥ 50 kPa)[kg/h]11000Air Mass Flow to UUT (all T and P < 50 kPa)[kg/h]1750 (850)Exhaust Mass Flow from UUT (all T and P)[kg/h]1≥1.2 x Air mass flowTemperature Equilibration Time (10C step)* [sec]0180Pressure Equilibration Time (10 kPa step)* [sec]0180Humidity Equilibration Time (10% step)*[sec]0180 REF _Ref58338800 \h Table 4 specifies a supply air flowrate and exhaust flowrate range that must be achievable at all temperatures and pressures. The capability to control the humidity of the supplied air is specified in terms of the supplied humidity ratio. Finally, the equilibration times for changes in temperature, pressure, and humidity for the system are also specified in REF _Ref58338800 \h Table 4. The equilibration times specified in the need to be able to be achieved simultaneously, i.e., temperature, pressure, and humidity all change with altitude. The system shall be able to communicate using standard protocols with the laboratory test cell automation and control systems to enable setting temperature, pressure, and humidity and monitoring and logging them during operation. Proposers are encouraged to take advantage of the building process chilled water, compressed air, and access to building steam and water for the system design to minimize required electrical supplies as appropriate. If using steam in the system for humidification, the proposer shall also provide pricing for an optional steam boiler that could be purchased in lieu of using building steam. Boost Air Conditioning Capabilities (Optional Addon) For single-cylinder research engine operation and to simulate additional boost for a multi-cylinder engine, additional air system capabilities are required. These can be provided through a parallel system or can be integrated with the altitude-climatic air system. REF _Ref60209157 \h Table 5 provides specifications for the required capabilities. The system shall provide intake pressures and temperatures over a wide range to simulate boosted operation as well as throttled operation. Equilibration times for changes in temperature, pressure, and humidity for the system are also specified. The equilibration times specified in the need to be able to be achieved simultaneously. The system must be able to communicate using standard protocols with the laboratory test cell automation and control system to enable setting temperature, pressure, and humidity and monitoring and logging them during operation. Minimum required specifications for the system are provided in REF _Ref60209157 \h Table 5. When operating using the intake boost/throttling system the engine exhaust must be connected to an exhaust system to be provided by the supplier (ideally the same exhaust connection as for the altitude simulation system) with back pressure control provided by the exhaust back pressure system. Exhaust pressures will be > 98 kPa absolute when operating using the boost air system. If using building compressed air for the boost air conditioning system a compressed air buffer tank with maximum flow rate restriction to limit maximum flow drawn from the building shall be included in the proposal. If using steam, the proposer shall also provide pricing for an optional steam boiler that could be purchased in lieu of using building steam. Table 5: Required specifications for boost/throttled air simulation system. Values in parentheses are desired specification if achievable at similar cost. *For flowrates > 30 kg/h. Exhaust pressures will be >98 kPa absolute (i.e., greater than or approximately equal to ambient pressure in the lab).ParameterUnitsMin.Max.Air Temperature Range[C]20 (-20)150Air Temperature Regulation Accuracy[C]±1Air Pressure Control Range (absolute)*[kPa]20500Air Pressure Regulation Accuracy[kPa]±0.5Relative Humidity Range (unless constrained by Humidity Ratio)[%]1090Humidity Ratio (w) Range[kg H2O/ kg air]0.00050.05Humidity Ratio Regulation Accuracy (for w ≥ 0.0025 kg H2O/ kg air)[% of value]±10Humidity Ratio Regulation Accuracy (for w < 0.0025 kg H2O/ kg air)[kg H2O/ kg air]±0.00025Air Mass Flow to UUT (all T and P)[kg/h]1700Temperature Equilibration Time (10 C step)* [sec]0180Pressure Equilibration Time (10 kPa step)* [sec]0180Humidity Equilibration Time (10% step)*[sec]0180Exhaust Back Pressure System A system is also required for simulating exhaust back pressure for single-cylinder research engine operation or simulating additional backpressure on multi-cylinder engine to represent aftertreatment or other flow restrictions. The system must be capable of closed-loop control of exhaust back pressure on the engine over a wide range of pressures. The minimum required specifications for the system are provided in REF _Ref59451044 \h Table 6. The system must be able to communicate using standard protocols with the test cell automation and control system to enable setting, monitoring, and logging exhaust back pressure.Table 6: Required specifications for exhaust backpressure control.ParameterUnitsMin.Max.Exhaust Temperature Range[C]-20800Exhaust Pressure Range (abs.)[kPa]35600Exhaust Pressure Regulation Accuracy[kPa]±0.5Exhaust Flowrate (abs.)[m3/h]52500Actuation time (time to 90% of command, actual pressure response time will be longer and dependent on exhaust volume)[s]0.5EGR Conditioning System Specifications (Optional Addon) A system for conditioning EGR for single and multi-cylinder engine research must also be supplied. The system must include heat exchanger(s) for cooling and temperature and pressure sensors. Options for the system would include a flow meter and a pump. The system will allow for control of EGR flow and temperature conditioning. Required specification for the EGR conditioning system are provided in REF _Ref69031139 \h Table 7.Table 7: Required specifications for EGR conditioning system. ParameterUnitsMin.Max. EGR outlet temperature range[C]50200EGR Flowrate (abs.)[kg/h]0350Fluid Conditioning Systems Specifications Fluid conditioning systems must be provided for engine oil and engine coolant. Fluid conditioning for electric motor and inverter water-glycol cooling, and electric motor and inverter oil or ATF fluid cooling should be included as an addon option. Systems must be capable of handling a range of engine sizes ranging in maximum power output from 20 kW to 225 kW. Engine systems to be tested include multi-cylinder, single-cylinder research, rotary, and opposed-piston two-stroke and four-stroke engines. Engine Coolant Conditioning System Specifications Minimum required specifications for the engine coolant conditioning systems are provided in REF _Ref59425820 \h \* MERGEFORMAT Table 8. The engine coolant conditioning system must be able to control temperature at the inlet of the engine system over a wide temperature range to simulate cold start operation over a wide range of ambient conditions and to simulate operation in a hot environment. The system must provide measurements of relevant temperatures and pressures. The conditioning system must be able to bring the engine system to the desired setpoint temperature within 30 minutes. The system must provide measurements of coolant flow rates. The system must be able to communicate using standard protocols with the test cell automation and control system to enable setting temperatures and pressures and monitoring and logging them during operation. Table 8: Required specifications for engine coolant conditioning. ParameterUnitsMin.Max.Coolant Temperature Control Range (Engine Inlet) [C]20130Optional Coolant Temperature Range (for cold soaking)[C]-20 [7 kW]130Temperature Regulation Accuracy (Engine Inlet)[C]±1Temperature Rise from Engine Inlet to Outlet[C]20Pressure Control Range (Engine Inlet) (absolute)[bar]1.56Pressure Control Accuracy[bar]±0.1Cooling Capacity [kW]205Heating Power[kW]7.5Time to reach steady state setpoint temperature[min]30Engine Oil Conditioning System Specifications The required engine oil conditioning system specifications are provided in REF _Ref59427417 \h Table 9. Engine oil temperature should be controllable over a wide range from temperatures representative of cold start in cold environments to hot operation in hot environments. The oil system must be able to bring the oil to the desired operating temperature in less than 30 minutes using a heater supplied with the system or the chiller used for cooling the oil. For temperatures where a chiller will be required (i.e., building water cooling will be insufficient), it can be assumed that the engine oil and coolant temperatures desired will be similar. The system must be able to communicate using standard protocols with the test cell automation and control system to enable setting temperatures and monitoring and logging them during operation. Table 9: Required specifications for engine oil conditioning system. ParameterUnitsMin.Max.Oil Temperature Control Range (Engine Inlet) [C]20150Optional Oil Temperature Range (for cold soaking)[C]-20 [2 kW]150Temperature Regulation Accuracy (Engine Inlet)[C]±1Pressure Control Range (Engine Inlet) (abs.)[bar]1.510Pressure Control Accuracy[bar]±0.1Cooling Capacity (Oil T of 20 C to 150 C)[kW]22.5Heating Power [kW]5Time to reach steady state setpoint temperature[min]30Engine Fuel Conditioning SystemThe fuel conditioning system and fuel consumption measurement systems must be compatible with a wide range of fuels. This shall include standard gasoline fuels, diesel fuels, and jet fuels, as well as ethanol containing fuels (E5-E100), methanol containing fuels (M5-M100), biodiesel containing fuels (B5-B100), and other alternative oxygenated fuels including ethers, alcohols, and esters. The required specifications for the fuel conditioning system are provided in REF _Ref59431522 \h \* MERGEFORMAT Table 10. The system shall provide temperature control over a wide range of temperatures with capability to both heat and cool the fuel to desired set points. The system shall also provide control of fuel pressure supplied to the engine or high-pressure fuel cart and the fuel return pressure. The system shall be able to communicate using standard protocols with the test cell automation and control systems to enable setting parameters and monitoring and logging them during operation. Table 10: Required specifications for fuel conditioning system. Values in parentheses are desired specification if achievable at similar cost.ParameterUnitsMin.Max.Fuels: Gasoline, Diesel, Jet Fuel, E5-E100, B5-B100, Methanol, other alternative fuelsFuel Temperature Control Range [C]-10 (-20)60Fuel Temperature Control Accuracy[C]±0.5Fuel Circulation Capacity [m3/h]0.20Fuel Supply Pressure (abs.)[bar]18Fuel Return Pressure Control[bar]0.92.5Fuel and Air Flow Measurement Systems: These functionalities may be incorporated with other systems, e.g., the intake air conditioning systems and fuel conditioning system, but the specifications for these measurements, which are critical for mass-based air-fuel ratio determination are given here. Fuel Consumption Measurement System The fuel consumption measurement system should provide high-accuracy instantaneous and average fuel consumption measurements for the same fuels listed for the fuel conditioning system. Minimum required specifications for the fuel consumption measurement system are included in REF _Ref60212745 \h Table 11. The system must be integrated with test cell automation and control system and data acquisition system. Table 11: Required specifications for fuel consumption measurements. Values in parentheses are desired specification if achievable at similar cost.ParameterUnitsMin.Max. Fuels: Gasoline, Diesel, Jet Fuel, E5-E100, B5-B100, Methanol, other alternative fuelsFuel Consumption Measurement Range[kg/h]0.1120Fuel Consumption Measurement Accuracy (>1% of max flow)[%]±0.5 (0.3)Fuel Density Measurement Range[kg/m3]5002000Fuel Density Measurement Accuracy[%]±1Time Response (Time to 90%)[s]0.5Intake Air Flow Measurement System The intake air flow measurement system to be used with the altitude-climatic/boost air system should be capable of high-accuracy instantaneous measurements of intake air flow to the engine over a wide range of flow rates, temperatures, pressures. The system should also be able to be used when drawing air directly from the laboratory (i.e., engine is not connected to the altitude-climatic/boost air system. The system must be integrated with test cell automation and control system and data acquisition system.Table 12. Required specifications for air flow measurements. Values in parentheses are desired specification if achievable at similar cost.ParameterUnitsMin.Max.Air flow measurement range[kg/h]11200Measurement Accuracy (20 kg/h to 1200 kg/h)[%]±1.0 (0.5)Measurement Accuracy (1 kg/h to 20 kg/h)[%]±2.0Time Response (Time to 90%)[s]0.2Temperature operation range[C]-20 (-37)150Pressure operation range (absolute)[kPa]20450Relative humidity operation range [%]1090Test Cell Data Acquisition & Controls:This must include an integrated data acquisition and control solution for automation of the test cell functions, testing routines, and engine control.Test Cell Automation System The automation system must provide an integrated test cell data acquisition and control system. The automation system shall enable control and setting of all test cell utilities and must also communicate with the dynamometer controller to allow setting of operating conditions and to automate test cycles. The system must allow for automation of setpoints and data collection. Operator Console and Monitoring stationAn operator console with computer(s) and computer monitors (qty 4), desk, and chair shall be supplied in the control room space next to the window just outside the lab in room B1143. All test cell utilities and data acquisition and control shall be accessible from this station. The system should also allow for remote control where the operator is potentially situated outside of the B1143 laboratory suite area. An additional monitor station must be provided in room B1151 which will display the status of lab systems and utilities. Data Acquisition System The test cell should have IO panels for connecting signals to the UUT. The panels must also have connections for supply of common DC voltages needed by sensors, 5V, 12V and 24V. REF _Ref60063010 \h Table 13 provides information on the number and type of inputs and outputs required for data acquisition. If any input or output type that may be required for other aspects of the test cell control are missing the supplier should add those to the system based on industry best practices. The system must enable future expansion through the purchase of additional cards or modules. Data acquisition system must provide for display of low-speed and high-speed signals and analysis of signals for in-cylinder pressure, heat release, and emissions. Speed and torque must also be captured by the data acquisition system using available inputs or other inputs in addition to those listed in REF _Ref60063010 \h Table 13. Charge amplifiers should be provided as listed in the table for in-cylinder piezo-electric pressure sensors. Table 13. Required minimum data acquisition channel counts and minimum required specifications for test cell data acquisition system. Description# of ChannelsMax Voltage or CurrentApproximate Max. Sampling Rate or Update Rate or Base Clock Rate (per channel.)ResolutionHigh-speed analog input16±10 V≥1.25 MS/s16 bitLow-speed analog input64±10 V≥20 kS/s16 bitHigh-speed analog outputs4±10 V≥1 MS/s16 bitLow speed analog output16±10 V≥20 kS/s16 bitLow speed analog output80-20 mA≥20 kS/s16 bitDigital I/O (bidirectional or equal I/O)48≥5 V≥5 MHzCounter/Timers43.3 V and 5V≥50 MHz32 bitThermocouple inputs6424 bitHigh-speed/low-speed CAN4Charge amplifiers for in-cylinder pressure measurements8Torque1Speed1Test Cell Utilities Control SystemA control system will control test cell utilities and test cell environment sensors, such as gas detectors. The system will pass information to the test cell automation control system or could be integrated with the test cell automation control system. The system must communicate with the building automation system to communicate the status of building facilities such as the building engine exhaust, test cell ventilation, etc. The test cell automation system, utility control, and dynamometer system must be integrated to provide appropriate emergency stop capabilities as per industry standards for such safety systems. The system must be configurable for controlled shutdown of the UUT, i.e., category 1 emergency stop, and must accept external e-stop inputs. Additionally, the system must provide fault outputs when system faults occur, enabling the user to identify the fault source. Engine Throttle and/or Pedal Control System (Optional Addon)It is desired that a system be offered that can actuate a mechanically actuated engine throttle or pedal and that can directly communicate with an ECU to electronically control the engine throttle or pedal position. If supplied, these systems should integrate and communicate with the test cell automation system. Rapid Control Prototyping System (Optional Addon)The proposer can either propose a system as an optional addon on, or the proposer can work with UW-Madison to specify and integrate a system into the laboratory that will be purchased separately outside of the current RFP. The proposer shall include the cost of additional wiring and connection on the test cell I/O panels for the control wiring harness. Emissions Measurement Equipment: Engine Exhaust Analysis SystemAn engine exhaust analysis system shall be supplied to perform simultaneous measurements of raw engine exhaust, measurements of CO2 for EGR determination, and measurements of CO2 concentration for samples diluted with a mini-dilution system (already available and not part of this request). The set of gases to be measured and approximate low and high measurement ranges required are provided in REF _Ref60127165 \h Table 14. Table 14. Required/desired species and approximate measurement ranges for emissions measurement system. ComponentApprox. RangesRequired / DesiredCO0-0.5, 0-10%RequiredCO2 (exhaust)0-0.5, 0-20%RequiredCO2 (EGR)0-0.5, 0-20%RequiredCO2 (dilution)0-0.1, 0-10 %RequiredMethane0-100, 0-20,000 ppmRequiredNO 0-100, 0-10,000 ppmRequiredNOx 0-100, 10,000 ppmRequiredNO20-100, 10,000 ppmRequiredTHC0-100, 0-50,000 ppm C1RequiredO20-0.5, 0-25%RequiredSystem specifications and requirements are summarized in REF _Ref60128849 \h Table 15. The system must be capable of measuring raw exhaust from 3 samplings points (sequentially) and must include 3 heated sampling lines of sufficient length to reach the UUT. The system should also simultaneously measure EGR CO2 concentration and diluted CO2 concentration. See REF _Ref70234105 \h Figure 2 for a schematic of a representative anticipated sampling layout. The system must include all required gas conditioning equipment, including any necessary heated filters. The system must be capable of automated zeroing and spanning and must come with a gas divider for calibration. Plumbing for 8 calibration gas bottles should be provided. All equipment must be integrated with the test cell automation and data acquisition systems. Table 15. Specifications and requirements for emissions measurement system. Values in parentheses are desired specification if achievable at similar cost.ParameterValueMeasured speciesSee REF _Ref60127165 \h \* MERGEFORMAT Table 14Sampling points 3 [EGR CO2, Raw, Diluted CO2]Additional sequential sampling points≥3# of Heated Sampling Lines Included5 (with temperature controls for ≥5)Repeatability≤±1% of FS for range usedZero drift / Span drift≤±1% of FS for 8 hoursResponse time (time to 90% of value)< 5 secondsSampling pressure range (Absolute)60 kPa (35 kPa desired) to 120 kPa Integration with test cell automation systemIncludeHeated filters and gas conditioning IncludeCalibration gas system # bottles8Figure 2. Line drawing showing emissions sample points. Heated filters and boost pumps as well as other potential equipment are not shown.Wide-band O2 Sensor System (Optional Addon)Additional O2 concentration measurements capabilities should be offered as an optional addon with a 2-channel wideband O2 sensor module with capability to measure from 0 to 25% O2 concentration. Equipment must be integrated with the test cell automation and data acquisition systems. Soot Mass Concentration Measurement System (Optional Addon)In addition to the gas measurements, a measurement system for soot concentration with sampling from the exhaust stream must also be included meeting the specifications in REF _Ref60128849 \h Table 15. All equipment must be integrated with the test cell automation and data acquisition systems. Table 16. Required specifications for soot mass concentration measurement system. This system is an optional addon. Values in parentheses are desired specification if achievable at similar cost.ParameterUnitsMin.Max. Sampling pressure range (absolute)[kPa]60 (35 desired)120Measurement range[mg/m3]0.0011000Accuracy (absolute)[% of value]±20Repeatability [%]±5Response time (time to 90% of value)[s]1Fuel Storage and Supply System: Fuel Flammables Cabinet and Supply SystemA flammables cabinet for safely storing at least two 55-gallon drums shall be provided in one of the laboratory spaces (cabinet must have a spill capacity of 55 gallons). A system that enables supply of the engine from at least 2 drums at a time, total fuel capacity of 110 gallons (drums with the same fuel) must be provided for running long duration tests at high loads. This could involve use of a lift pump to supply a smaller tank that feeds the fuel conditioning system or some other means. The fuel storage and supply system must meet local fire codes and any other applicable safety standards including spill containment. A day tank should also be provided in the lab with a 5–10-gallon capacity when running smaller engines where the larger capacity is not needed. User must be able to select between fueling from the barrel system or the day tank system. Equipment must be integrated with the test cell automation systems. Table 17. Required specifications for fuel storage and supply system. ParameterUnitsMin.Max. Number of 55-gallon drums [#]23Spill containment [gal.]55Total fuel capacity supply to engine[gal.]110165Day tank capacity in cell[gal.]510Test Cell Integration and Codes and Best Practices:All equipment must be integrated with the test cell control, automation, data acquisition, and safety systems as is applicable for the individual equipment. The supplier must use best industry practices for cable management (cable trays, wire loom, etc.), running of signal and power cables, and shielding and grounding of equipment. The supplier will ensure that equipment supplied meets all applicable codes as installed and the equipment and integrated system followed industry best practices. All electrical equipment supplied must be NRTL certified and must meet all applicable codes.Software, Manuals, Drawings, Specifications, Schematics:Licenses for all required software to run the test cell equipment must be provided. Manuals for all equipment must be provided in digital format (pdf). For custom equipment all drawings, specifications, and schematics must be provided in digital format. Cost Proposal (30 Points): Prices must be quoted for the full system with splits showing the cost breakdown. Each independent system or subsystem must have a price associated with it. Any options selected should be priced based on their inclusion at the start of the award. The proposer must provide a completed version of REF _Ref69564828 \h Table 18 in their proposal. Table 18. Cost Proposal Table (Required in proposal.)Item Required / Desired / OptionalIncluded in ProposalPriceNotes 4.4 Dynamometer Testbed 4.4.1. AC Regenerative DynamometerRequired???4.4.1. AC Regenerative Dynamometer (275 kW rated power option)Optional???4.4.2. Engine Pallet/Cart Docking system Required???4.5 Intake and Exhaust Conditioning System Specifications4.5.1.a. Altitude-Climatic Intake and Exhaust Simulation Capabilities (using building steam)Required???4.5.1.b. Altitude-Climatic Intake and Exhaust Simulation Capabilities (using proposer supplied steam generator)Optional???4.5.2.a. Boost Air Conditioning Capabilities (using building steam)Optional???4.5.2.b. Boost Air Conditioning Capabilities (using proposer supplied steam generator or other approach)Optional???4.5.3. Exhaust Back Pressure SystemRequired???4.5.4. EGR Conditioning System Optional???4.6 Fluid Conditioning Systems 4.6.1. Engine Coolant Conditioning SystemRequired???- Coolant T Range (for cold soaking)Optional???4.6.2. Engine Oil Conditioning SystemRequired???- Oil T Range (for cold soaking)Optional???4.6.3. Engine Fuel Conditioning SystemRequired???4.7 Fuel and Air Flow Measurement Systems4.7.1. Fuel Consumption Measurement Sys.Required???4.7.2. Intake Air Flow Measurement Sys.Required???4.8 Test Cell Data Acquisition and Controls4.8.1. Test Cell Automation SystemRequired???4.8.2. Operator Console and Monitoring SystemRequired???4.8.3. Data Acquisition SystemRequired???4.8.4. Test Cell Utilities Control System Required???4.8.5. Engine Throttle and/or Pedal Control System Optional???4.8.6. Rapid Control Prototyping System Optional???4.9 Emissions Measurement Equipment4.9.1. Engine Exhaust Analysis SystemRequired??? - Calibration gas systemRequired???4.9.2. Wide-band O2 Sensor System Optional???4.9.3. Soot Mass Concentration Measurement System Optional???4.10 Fuel Storage and Supply System4.10.1. Fuel Storage and Supply SystemRequired???4.11 Test Cell Integration1Design, Management. CommissioningRequired???2Contractor - Onsite InstallationRequired???Evaluation and Award of Contract(s) Proposal Scoring: Proposals meeting mandatory requirements will be reviewed by an evaluation committee and scored against the stated criteria. If no proposer is able to comply with a given specification or mandatory requirement Purchasing reserves the right to delete that specification or mandatory requirement. In the event that all proposers do not meet one or more of the mandatory requirements Purchasing reserves the right to continue the evaluation of the proposals and to select the proposal which most closely meets the requirements specified in this RFP. The committee may, at its sole discretion, review references, request oral presentations, and conduct an on-site visit and use the results in scoring the proposals. Proposals from certified Minority Business Enterprises or Disabled Veteran-Owned businesses may have points weighted by a factor 1.05 to provide a five percent (5%) preference to these businesses (Wis. Stats. 16.75(3m)). The evaluation committee's scoring will be tabulated, and proposals ranked based on the numerical scores calculated.Scoring Criteria and Method: For each response required of the Proposer in Section #4, the points provided in parentheses represents the total possible points available for each response. The responses will be evaluated based on the relative merits to the needs of the University (rather than relative to competing Proposer’s responses). The proposals will be scored independently by each committee member and the resulting scores will be averaged to determine the highest scoring proposal.Supplier Diversity PreferencesState of Wisconsin agencies may make awards to certified Minority Business Enterprise (MBE), or Disabled Veteran-Owned Business (DVB) firms submitting the lowest qualified proposal when that qualified proposal is not more than 5% higher than the apparent low proposal or the proposal is no more than 5% lower than the apparent high point score. Authority for this program is found in ss. 16.75(3m)(b)2,3, 16.75(3m)(c)(4) and 560.0335(1)(b)(3), 15.107(2), 16.75(4), 16.75(5) and 560.036(2), Wisconsin Statutes.Pricing The lowest priced proposal will receive 100% of the allotted cost points. All other proposals will be scored using the formula as follows: Lowest Proposed Cost XMaximum evaluation points given to cost = SCOREOther Proposer’s Cost (Varies according to proposal being scored) Calculation of points awarded to subsequent proposals will use the lowest dollar proposal amount as a constant numerator and the dollar amount of the firm being scored as the denominator. This result will always be less than one. The result is then multiplied by the number of points given to the cost section of the RFP.For all other non-pricing related responses, points will be awarded relative to the needs of the State of Wisconsin, as solely determined by the evaluation committee members. Points Evaluation and selection of a proposal will be based on the assignment of points by the evaluation committee which is then combined with the Cost Proposal points for a final score (See Points Matrix below.) Proposers must complete the specifications checklist which is provided as REF _Ref69629645 \h \* MERGEFORMAT Table 19 and must be included it in their proposal. Points MatrixPoints Available4.1Special Pandemic and Emergency Operations ConsiderationsMandatory4.2Operational Specification OverviewInformational4.3Description of Laboratory FacilityInformationalQuality of Response, Organization Qualifications, Timeline30 pointTechnical Requirements 40 points4.4Dynamometer Testbed4.4.1AC Regenerative Dynamometer4.4.2Engine Pallet Docking System4.5Intake and Exhaust Conditioning Systems4.5.1Altitude-Climatic Intake and Exhaust System4.5.2Boost Air System (Optional Addon)4.5.3Exhaust Back Pressure System4.5.4EGR Conditioning System (Optional)4.6Fluid Conditioning Systems4.6.1Engine Coolant Conditioning System4.6.2Engine Oil Conditioning System4.6.3Engine Fuel Conditioning System4.7Fuel and Air Flow Measurement Systems4.7.1Fuel Consumption Measurement System4.7.2Intake Air Flow Measurement System4.8Test Cell Data Acquisition & Controls4.8.1Test Cell Automation System4.8.2Operator Console and Monitoring4.8.3Data Acquisition System 4.8.4Test Cell Utilities Control System4.8.5Engine Throttle and/or Pedal Control (Optional Addon)4.8.6Rapid Control Prototyping System (Optional Addon)4.9Emissions Measurement Equipment4.9.1Engine Exhaust Analysis System4.9.2Wide-band O2 Sensor System (Optional Addon)4.9.3Soot Mass Concentration Measurement System (Optional Addon)4.10Fuel Storage and Supply System4.11Test Cell Integration and Codes and Best Practices4.12Software, Manuals, Drawings, Specifications, Schematics4.13Cost Proposal 30 pointsMaximum Possible Total Score 100 pointsTable 19. Complete specifications table that must be included in proposals. Required in proposal. 4.4. Dynamometer Testbed System Specifications4.4.1. AC Regenerative Dynamometer SpecificationsParameter/ItemUnitsRequired ValueDesired Value?Proposal Meets Specs (Yes/no)NotesRated power (absorbing or motoring)[kW]225275 (absorbing)??Rated torque (absorbing or motoring)[N-m]900 (1000)???Power rating range of UUT[kW]20-225???Maximum speed[rpm]12,000???Maximum speed gradient[rpm/s]10,000???Overload factor (up to 60 s duration) [-]1.2???Maximum settling time (100% load step, <3% speed error) [s]0.25???Torque meter accuracy%0.02???Torque meter bandwidth[kHz]5????AC regenerative dynamometer?Include???Dyne drive and control?Include???Dyne installation components?Include???High-resolution torque meter?Include???Calibration means for torque meter?Include???Coupling shaft(s) for UUT?Include???Driveline guarding?Include???Constant torque, constant speed, and power-law operation?Include???Transient and custom test cycle operation?Include ???Integration with test cell automation, control, and data acquisition systems?Include ???4.4.2. Engine Pallet/Cart Docking SystemParameterValueProposal Meets Specs (Yes/no)NotesTypes of Units Under Test (UUT)Single-cylinder research, multi-cylinder, rotary, opposed-piston, electric machines, other??Electrical ConnectionsIO panels for data acquisition and control near cart in test cell; Low voltage DC power (5V, 12V, 24V), AC power for heaters, etc.??Fluid ConnectionsEngine coolant and oil shall feature quick connection mechanisms that minimize fluid loss, in test cell near cart??Alignment featuresAlignment of UUT to pallet, and of pallet to dynamometer??Additional featuresFlexible mounting of accessories via 80/20 strut or Bosch strut??Number of pallets/carts to supply2 with the option to purchase additional??Maximum length of UUT1.75 m??Maximum width of UUT1.22 m???Equipment to transport the pallet/cart into the test cell (if required)Include??Flexible mounting of accessories via 80/20 strut or Bosch strutInclude??4.5 Intake and Exhaust Conditioning System Specifications4.5.1. Altitude-Climatic Intake and Exhaust Simulation CapabilitiesParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesAir Temperature Range[°C]-20(-37)50??Air Temperature Regulation Accuracy[°C]?±1??Air Pressure Control Range (absolute)[kPa]40 (35)100 (110)??Air Pressure Regulation Accuracy[kPa]?±0.5??Exhaust Pressure Control Range (absolute)[kPa]40 (35)120??Exhaust Pressure Regulation Accuracy[kPa]?±0.5??Humidity Ratio (w) Range (unless constrained by Humidity Ratio)[kg H2O/ kg air]0.00050.05??Humidity Ratio Regulation Accuracy (for w ≥ 0.0025 kg H2O/ kg air) [% of value]?±10??Humidity Ratio Regulation Accuracy (for w < 0.0025 kg H2O/ kg air)[kg H2O/ kg air]?±0.00025??Air Mass Flow to UUT (all T and P ≥ 50 kPa)[kg/h]11000??Air Mass Flow to UUT (all T and P < 50 kPa)[kg/h]1750(850)??Exhaust Mass Flow from UUT (all T and P)[kg/h]1≥1.2 x Air mass flow???Temperature Equilibration Time (10°C step) for flowrates > 30 kg/h[sec]0180??Pressure Equilibration Time (10 kPa step) for flowrates > 30 kg/h[sec]0180??Humidity Equilibration Time (10% step) for flowrates > 30 kg/h[sec]0180???Capable of supplying air to a pressure vessel/vacuum chamber?Include???Capable of receiving exhaust from a pressure vessel/vacuum chamber?Include ???Flexible connections to UUT?Include???Positive crankcase ventilation plumbing to intake and exhaust?Include ???Integration with test cell automation, control, and data acquisition systems?Include???4.5.2. Boost Air Conditioning Capabilities (Optional Addon)ParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesAir Temperature Range[°C]20(-20)150??Air Temperature Regulation Accuracy[°C]?±1??Air Pressure Control Range (absolute) for flowrates > 30 kg/h[kPa]20500??Air Pressure Regulation Accuracy[kPa]?±0.5??Humidity Ratio (w) Range (unless constrained by Humidity Ratio)[kg H2O/ kg air]0.00050.05??Humidity Ratio Regulation Accuracy (for w ≥ 0.0025 kg H2O/ kg air)[% of value]?±10??Humidity Ratio Regulation Accuracy (for w < 0.0025 kg H2O/ kg air)[kg H2O/ kg air]?±0.00025??Air Mass Flow to UUT (all T and P)[kg/h]1700??Temperature Equilibration Time (10 °C step) for flowrates > 30 kg/h[sec]0180??Pressure Equilibration Time (10 kPa step) for flowrates > 30 kg/h[sec]0180??Humidity Equilibration Time (10% step) for flowrates > 30 kg/h[sec]0180???Flexible connections to UUT?Include???Integration with test cell automation, control, and data acquisition systems?Include???4.5.3. Exhaust Back Pressure SystemParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesExhaust Temperature Range[°C]-20800??Exhaust Pressure Range (abs.)[kPa]35600??Exhaust Pressure Regulation Accuracy[kPa]?±0.5??Exhaust Flowrate (abs.)[m3/h]52500??Actuation time (time to 90% of command, actual pressure response time will be longer and dependent on exhaust volume)[s]?0.5???4.5.4. EGR Conditioning System (Optional Addon)ParameterUnitsMin.Max. Proposal Meets Specs (Yes/no)NotesEGR outlet temperature range[°C]50200??EGR Flowrate (abs.)[kg/h]?350??Integration with test cell automation, control, and data acquisition systems?Include???4.6 Fluid Conditioning Systems 4.6.1. Engine Coolant Conditioning SystemParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesCoolant Temperature Control Range (Engine Inlet)[°C]20130??Optional Coolant Temperature Range (for cold soaking)[°C]-20 [7 kW]130??Temperature Regulation Accuracy (Engine Inlet)[°C]?±1??Temperature Rise from Engine Inlet to Outlet[°C]?20??Pressure Control Range (Engine Inlet) (absolute)[bar]1.56??Pressure Control Accuracy[bar]?±0.1??Cooling Capacity[kW]205???Heating Power[kW]7.5???Time to reach steady-state setpoint temperature[min]?30??Integration with test cell automation, control, and data acquisition systems?Include???4.6.2. Engine Oil Conditioning SystemParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesOil Temperature Control Range (Engine Inlet) [°C]20150??Optional Oil Temperature Range (for cold soaking)[°C]-20 [2 kW]150??Temperature Regulation Accuracy (Engine Inlet)[°C]?±1??Pressure Control Range (Engine Inlet) (abs.)[bar]1.510??Pressure Control Accuracy[bar]?±0.1??Cooling Capacity (Oil T of 20 °C to 150 °C)[kW]22.5???Heating Power [kW]5???Time to reach steady-state setpoint temperature[min]?30???Integration with test cell automation, control, and data acquisition systems?Include???4.6.3. Engine Fuel Conditioning SystemParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesFuels: Gasoline, Diesel, Jet Fuel, E5-E100, B5-B100, Methanol, other alternative fuels??Fuel Temperature Control Range[°C]-10(-20)60??Fuel Temperature Control Accuracy[°C]?±0.5??Fuel Circulation Capacity[m3/h]0.2???Fuel Supply Pressure (abs.)[bar]18??Fuel Return Pressure Control[bar]0.92.5??Integration with test cell automation, control, and data acquisition systems?Include???4.7 Fuel and Air Flow Measurement Systems4.7.1. Fuel Consumption Measurement SystemParameterUnitsMin.Max. Proposal Meets Specs (Yes/no)NotesFuels: Gasoline, Diesel, Jet Fuel, E5-E100, B5-B100, Methanol, other alternative fuels??Fuel Consumption Measurement Range[kg/h]0.1120??Fuel Consumption Measurement Accuracy (>1% of max flow)[%]?±0.5 (0.3)??Fuel Density Measurement Range[kg/m3]5002000??Fuel Density Measurement Accuracy[%]?±1??Time Response (Time to 90%)[s]?0.5???Integration with test cell automation, control, and data acquisition systems?Include???4.7.2. Intake Air Flow Measurement SystemParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesAir flow measurement range[kg/h]11200??Measurement Accuracy (20 kg/h to 1200 kg/h)[%]?±1.0 (0.5)??Measurement Accuracy (1 kg/h to 20 kg/h)[%]?±2.0??Time Response (Time to 90%)[s]?0.5??Temperature operation range[°C]-20(-37)150??Pressure operation range (absolute)[kPa]20450??Relative humidity operation range [%]1090???Capability to measure when drawing air directly from the laboratory space?Included ???Integration with test cell automation, control, and data acquisition systems?Include???4.8 Test Cell Data Acquisition and Controls4.8.1. Test Cell Automation SystemParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesIntegrated test cell automation system?Include ???Integration with control and data acquisition systems?Include???4.8.2. Operator Console and Monitoring SystemParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesComputer(s)?Include???Computer Monitors (4)?Include???Desk with chair?Include ???Lab video monitoring system?Optional???Additional status monitoring station in B1151?Include???Integration with test cell automation, control, and data acquisition systems?Include???4.8.3. Data Acquisition SystemDescription#Max Voltage or CurrentApprox. Max. Sample or Clock RateProposal Meets Specs (Yes/no)NotesHigh-speed analog input16±10 V≥1.25 MS/s [16 bit]??Low-speed analog input64±10 V≥20 kS/s [16 bit]??High-speed analog outputs4±10 V≥1 MS/s [16 bit]??Low speed analog output16±10 V≥20 kS/s [16 bit]??Low speed analog output80-20 mA≥20 kS/s [16 bit]??Digital I/O (bidirectional or equal I/O)48≥5 V≥5 MHz??Counter/Timers43.3 V and 5V≥50 MHz [32 bit]??Thermocouple inputs64?> 5 Hz [24 bit]??High-speed/low-speed CAN4????Charge amplifiers for in-cylinder pressure measurements8????Torque1????Speed1????Integration with test cell automation, control, and data acquisition systemsInclude????4.8.4. Test Cell Utilities Control System ParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesIntegrated test cell utilities control system?Include ???Integration with test cell automation, control, and data acquisition systems?Include ???4.8.5. Engine Throttle and/or Pedal Control System (Optional Addon)ParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesIntegration with test cell automation, control, and data acquisition systems?Include ???4.8.6. Rapid Control Prototyping System (Optional Addon)ParameterUnitsMin.Max.Proposal Meets Specs (Yes/no)NotesIntegration with test cell automation, control, and data acquisition systems?Include ???4.9 Emissions Measurement Equipment4.9.1. Engine Exhaust Analysis SystemParameterValueProposal Meets Specs (Yes/no)NotesMeasured speciesSee below??Sampling points 3 [EGR CO2, Raw, Diluted CO2]??Additional sequential sampling points≥3??# of Heated Sampling Lines Included5 (with temperature controls for ≥5)??Repeatability≤±1% of FS for range used??Zero drift / Span drift≤±1% of FS for 8 hours??Response time (time to 90% of value)< 5 seconds??Sampling pressure range60 kPa (35 kPa desired) to 120 kPa ??Integration with test cell automation systemInclude??Heated filters and gas conditioning Include??Calibration gas system # bottles8??Integration with test cell automation, control, and data acquisition systemsInclude ??ComponentApprox. RangesRequired / DesiredProposal Meets Specs (Yes/no)NotesCO0-0.5, 0-10%Required??CO2 (exhaust)0-0.5, 0-20%Required??CO2 (EGR)0-0.5, 0-20%Required??CO2 (dilution)0-0.1, 0-10%Required??Methane0-100, 0-20,000 ppmRequired??NO 0-100, 0-10,000 ppmRequired??NOx 0-100, 10,000 ppmRequired??NO20-100, 10,000 ppmRequired??THC0-100, 0-50,000 ppm C1Required??O20-0.5, 0-25%Required??4.9.2. Wide-band O2 Sensor System (Optional Addon)ParameterValueProposal Meets Specs (Yes/no)NotesBosch LSU based O2 module (0-25% O2) (optional)2 channels???Integration with test cell automation, control, and data acquisition systemsInclude ??4.9.3. Soot Mass Concentration Measurement System (Optional Addon)ParameterUnitsMin.Max. Proposal Meets Specs (Yes/no)NotesSampling pressure range[kPa]60 (35 desired)120??Measurement range[mg/m3]0.0011000??Accuracy (absolute)[% of value]?±20??Repeatability[%]?±5??Response time (time to 90% of value)[s]?1??Integration with test cell automation, control, and data acquisition systems?Include ???4.10 Fuel Storage and Supply System4.10.1. Fuel Storage and Supply SystemParameterUnitsMin.Max. Proposal Meets Specs (Yes/no)NotesNumber of 55-gallon drums [#]23??Spill containment [gal.]55???Total fuel capacity supply to engine[gal.]110165??Day tank capacity in cell[gal.]510??Integration with test cell automation, control, and data acquisition systems?Include ???Best and Final Offers: At the sole discretion of the University, those proposer(s) most likely to be awarded a contract may be requested to submit a Best and Final Offer in order to further clarify the deliverables, contract language, or costs presented in the Proposer’s RFP. If Best and Final Offers are requested, they will be evaluated against the stated criteria. There is no obligation on the part of the University to request Best and Final Offers from any or all of the Proposers responding to the RFP.Contract Award:The Contract will be awarded to the highest scoring Proposer providing contract negotiations are successful. Notification of Award: All proposers who respond to this RFP will be notified in writing of the University’s award contract(s) as a result of this RFP. After notification by Purchasing of the intent to award, file copies of proposals will be available for public inspection. Proposers must schedule document inspection with the Contract Administrator responsible for managing this RFP. Attachment A: Vendor Information FormVENDOR NOTE: ALL PAGES OF THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID pany and Contact InformationCompany Name:Company WebsiteContact for questions regarding this BidName:Telephone:FaxEmailContract Renewals / Problems Name:Telephone:FaxEmailSales RepresentativeName:Telephone:FaxEmailOrdering / ExpeditingName:Telephone:FaxEmailReturnsName:Telephone:FaxEmailInvoice InformationName:Telephone:FaxEmailAffirmative Action (see Section 17 in Standard Terms and Conditions)Name:Address:City/State/Zip:Telephone:FaxEmailSupplier Diversity Reporting (see Section 3.17) Name:Address:City/State/Zip:Telephone:FaxEmailIn accordance with Wisconsin Statutes 560.035, 560.0335 and 560.036, indicate below if you are a Wisconsin certified Minority Business Enterprise (MBE), Work Center (WC),? Disabled Veteran-Owned Business (DVB) or Woman-owned Business Enterprise (WBE) (see websites:??? ?or ).?____ Minority (MBE) ____ Work Center (WC) ____Disabled Veteran-Owned Business (DVB)____ Woman Owned Business Enterprise (WBE) ____ Not applicable(If no answer is indicated above, we will assume that you are none of the above when making the award.)Pursuant to Public Law 95-507, indicate which of the following classifications apply to your organization. All vendors are considered Large Business unless otherwise indicated (see website: ). (Check √ all that apply.)LARGE BUSINESS (LG)HISTORICALLY UNDER-UTILIZED BUSINESS ZONE (HUBZONE)SMALL BUSINESS (SB)SAMLL DISADVANTAGES BUSINESS (SDB)VETERAN OWNED SMALL BUSINESS (VOSB)WOMAN-OWNED SMALL BUSINESS (WOSB)SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB)AMERICAN MADE: Wisconsin Statutes S. 16.754, directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. “Substantially equal” means when bids are tied or proposal scores are equal. Indicate whether the material covered in your bid/proposal were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United States.____________ YES ____________ NO ____________ UNKNOWNRECYCLED PRODUCTS/PACKAGING/DISPOSAL TECHNIQUES: The University is committed to promote environmentally sound procurement, usage and disposal methods which are in compliance with State of Wisconsin County, and Municipal regulations. Currently the University has a recycling program for starch and Styrofoam packing peanuts. The University’s preference is to receive starch peanuts whenever possible. The Contractor shall not use INSTAPAK (or similar), Vermiculite or mix starch and Styrofoam peanuts under any circumstances. Each product shall be separately pre-packed in accordance with commercially accepted methods. Small products may be packaged in protective envelopes (Mail-Lite or Bubble-Jet packs).OTHER ELEIGIBLE PURCHASERS: U.W. System campuses, State of Wisconsin agencies and Wisconsin municipalities, may desire to purchase from this contract. A Wisconsin municipality is defined by Wisconsin Statute 16.70(8) to include counties, cities, villages, towns, school boards, sewage, drainage, vocational, technical and adult education districts, and other bodies with the power to award public contracts.YESNODo you agree to extending the contract to other:University of Wisconsin System campuses???State of Wisconsin Agencies???Wisconsin Municipalities???If YES, indicate whether other charges will be added and what those charges would be:Do you agree to the Special Pandemic and Emergency Operations Considerations???Have you submitted a current W9 form as requested???Attachment B: Client Reference ListBidder Name: The Bidder must provide a minimum of three (3) business references.1.Reference Name: Contact: Address: Phone #: ( ) E-mail address: _______Fax/Internet address: Description and date(s) of commodities and services provided: 2.Reference Name: Contact: Address: Phone #: ( ) E-mail address: _______Fax/Internet address: Description and date(s) of commodities and services provided: 3.Reference Name: Contact: Address: Phone #: ( ) E-mail address: _______Fax/Internet address: Description and date(s) of commodities and services provided: References may be contacted to confirm the Bidder’s abilities and qualifications as stated in the Bidder’s response. The University may perform due diligence by contacting any applicable business reference, including references from within the UW System, state agencies, or other state public institutions. The University reserves the right to disqualify any Bidder whose references don’t support their stated claim of qualifications in their response.Attachment C: Standard Terms and Conditions1.0SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The UW-Madison shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates which may result in rejection of their bid/proposal.2.0DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or specifications shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the request. Each deviation and exception must be identified by the section, page and paragraph to which it applies. In the absence of such statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidder/proposer shall be held liable. 3.0QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items which are used, demonstrators, obsolete, seconds, or which have been discontinued are unacceptable without prior written approval by the University.4.0QUANTITIES: The quantities shown on this request are based on estimated needs. The University reserves the right to increase or decrease quantities to meet actual needs.5.0PRICING AND DISCOUNT: The University qualifies for governmental discounts and its educational institutions also qualify for educational discounts. Unit prices shall reflect these discounts.5.1Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the bid/proposal evaluation and contract administration.5.2Prices established in continuing agreements and term contracts may be lowered due to general market conditions, but prices shall not be subject to increase for ninety (90) calendar days from the date of award. Any increase proposed shall be submitted to the University thirty (30) calendar days before the proposed effective date of the price increase and shall be limited to fully documented cost increases to the Contractor which are demonstrated to be industrywide. The conditions under which price increases may be granted shall be expressed in bid/proposal documents and contracts or agreements.5.3In determination of award, discounts for early payment will only be considered when all other conditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms are deemed favorable. All payment terms must allow the option of net thirty (30).6.0UNFAIR SALES ACT: Prices quoted to the University are not governed by the Wisconsin Unfair Sales Act.7.0ACCEPTANCE-REJECTION: The University reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interest of the State of Wisconsin.8.0ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the Contractor by University. No other purchase orders are authorized.9.0PAYMENT TERMS AND INVOICING: The University normally will pay properly submitted vendor invoices within thirty (30) days of receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified. 9.1Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to purchase order number and submittal to the correct address for processing. Invoice payment processing address is shown on the upper left corner of the purchase order. Send invoices to the Accounts Payable address on the purchase order. Do not send invoices to the ship to address.9.2Payment shall be considered timely if the payment is mailed, delivered, or transferred within thirty (30) days after receipt of a properly completed invoice, unless the vendor is notified in writing by the agency of a dispute before payment is due.9.3Bidders/proposers shall include discounts for early payment (See 5.3) as a percent reduction of invoice. Invoice discounts shall be determined, where applicable, from the date of acceptance of goods and/or the receipt of invoice, whichever is later. Discounts for early payment terms stated on the bid/proposal must be shown plainly on the invoice; discounts for early payment not shown on the invoice will be taken.9.4Invoices submitted not in accordance with these instructions will be removed from the payment process and returned within ten (10) days.9.5Payment terms and invoicing for purchasing card will be made in accordance with the purchasing card contact.10.0TAXES: The University, an agency of the State of Wisconsin, is exempt from payment of all federal tax and Wisconsin state and local taxes on its purchases except Wisconsin excise taxes as described below. The Department of Revenue of the State of Wisconsin does not issue a tax exempt number; however, University is exempt from State of Wisconsin sales or use tax under s.77.54(9a)(a). Registration No. 39-73-1021-K, was issued by the Internal Revenue Service to authorize tax-free transactions under Chapter 32 of the Internal Revenue Code.10.1The University, an agency of the State of Wisconsin, is required to pay the Wisconsin excise or occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. However, it is exempt from payment of Wisconsin sales or use tax on its purchases. The University may be subject to other states' taxes on its purchases in that state depending on the laws of that state. Contractors performing construction activities are required to pay state use tax on the cost of materials. 11.0GUARANTEED DELIVERY: Failure of the Contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the Contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the administrative costs.12.0ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the University.13.0APPLICABLE LAW AND COMPLIANCE: This Agreement shall be construed under the laws of the State of Wisconsin. Jurisdiction and venue for any disputes under this Agreement shall be in Dane County, Wisconsin. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The State of Wisconsin shall not enter into a contract with a vendor, and reserves the right to cancel any existing contract, if the vendor or contractor has not met or complied with the requirements of s. 77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax.14.0ANTITRUST ASSIGNMENT: The Contractor and the University recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, the Contractor hereby assigns to the University any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract.15.0ASSIGNMENT: No right or duty in whole or in part of the Contractor under this contract may be assigned or delegated without the prior written consent of the University.16.0DISPUTES: Disputes should be addressed to the University Purchasing Office, Director of Purchasing Services, 21 N Park St, Suite 6101, Madison, WI 53715 1218.17.0NONDISCRIMINATION/ AFFIRMATIVE ACTION: 17.1In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in s.51.01(5), Wisconsin Statutes, sexual orientation as defined in s.111.32(13m) Wis. Stats., or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Except with respect to sexual orientation, the Contractor further agrees to take affirmative action to ensure equal employment opportunities.17.2Contracts estimated to be over fifty thousand dollars ($50,000) require the submission of a written affirmative action plan by the Contractor. An exemption occurs from this requirement if the Contractor has a workforce of less than fifty (50) employees. Within fifteen (15) working days after the contract is awarded, the Contractor must submit the plan to the contracting state agency for approval. Instructions on preparing the plan and technical assistance regarding this clause are available from the contracting state agency.17.3The Contractor agrees to post in conspicuous places, available for employees and applicants for employment, a notice to be provided by the contracting state agency that sets forth the provisions of the State of Wisconsin nondiscrimination law.17.4Failure to comply with the conditions of this clause may result in the Contractor's becoming declared an "ineligible" Contractor, termination of the contract, or withholding of payment.17.5To the extent required by law, 41 CFR 60-1.4(a) and (b) are incorporated by reference in these Standard Terms and Conditions. Additionally, the Contractor certifies compliance with 41 CFR 60-1.8 and does not and will not maintain any facilities provided for employees in a segregated manner. The Contractor further agrees to obtain identical certifications from any subcontractors prior to the award of a subcontract exceeding $25,000 which is not exempt and will retain such certification for audit purposes.17.6Pursuant to 2019 Wisconsin Executive Order 1, contractor agrees it will hire only on the basis of merit and will not discriminate against any persons performing a contract, subcontract or grant because of military or veteran status, gender identity or expression, marital or familial status, genetic information or political affiliation.18.0PATENT INFRINGEMENT: The Contractor selling to the University the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The Contractor covenants that it will at its own expense defend every suit which shall be brought against the University (provided that such Contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit.19.0SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the University must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code, Rules of the Industrial Commission on Safety, and all applicable OSHA Standards.20.0MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy to UW Safety Department, 30 East Campus Mall, Madison WI 53715-2609.21.0 WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the Contractor.22.0INSURANCE RESPONSIBILITY: The Contractor performing services to the University shall:22.1Maintain worker's compensation insurance as required by Wisconsin Statutes for all employees engaged in the work.22.2Maintain commercial liability, bodily injury and property damage insurance against any claim(s) which might occur in carrying out this agreement/contract. Minimum coverage shall be one million dollars ($1,000,000) liability for bodily injury and property damage including products liability and completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile liability and property damage.22.3The state reserves the right to require higher or lower limits where warranted.22.4Upon request by the University, the Contractor is required to provide a Certificate of Insurance, from an insurance company licensed to do business in the State of Wisconsin, with a minimum AM Best rating of A-, and signed by an authorized agent. A minimum 60-day cancellation notice is desired.23.0CANCELLATION: The University reserves the right to cancel any contract in whole or in part without penalty due to nonappropriation of funds or for failure of the Contractor to comply with terms, conditions, and specifications of this contract.24.0VENDOR TAX DELINQUENCY: Vendors who have a delinquent Wisconsin tax liability may have their payments offset by the State of Wisconsin.25.0OMNIBUS RECONCILIATION ACT: (Public Law 96-499) To the extent required by law, if this contract is for acquisition of services with a cost or value of $25,000 or more within any 12-month period, including contracts for both goods and services in which the services component is worth $25,000 or more within any 12-month period, the Contractor shall in accordance with 42 C.F.R., Part 420, Section 1861 of the Omnibus Reconciliation Act of 1980 (P.L. 96499) and permit the comptroller general of the United States, the United States Department of Health and Human Services, and their duly authorized representatives, access to the Contractor's books, documents and records until the expiration date of four (4) years after the approval of procurement activities.26.0PUBLIC RECORDS ACCESS: It is the intention of University to maintain an open and public process in the solicitation, submission, review, and approval of procurement activities. Bid/proposal openings are public unless otherwise specified. Records may not be available for public inspection prior to issuance of the notice of intent to award or the award of the contract.27.0PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request must be clearly stated in the bid/proposal itself. Proprietary information submitted in response to a request will be handled in accordance with applicable State of Wisconsin procurement regulations and the Wisconsin public records law. Proprietary restrictions normally are not accepted. However, when accepted, it is the vendor's responsibility to defend the determination in the event of an appeal or litigation. 27.1Data contained in a bid/proposal, all documentation provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented by Contractor. All data, documentation, and innovations become the property of the State of Wisconsin. 27.2Any material submitted by the vendor in response to this request that the vendor considers confidential and proprietary information and which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or material which can be kept confidential under the Wisconsin public records law, must be identified on a Designation of Confidential and Proprietary Information form (DOA-3027). Bidders/proposers may request the form if it is not part of the Request for Bid/Request for Proposal package. Bid/proposal prices cannot be held confidential.28.0DISCLOSURE: If a state public official (s. 19.42, Wisconsin Statutes), a member of a state public official's immediate family, or any organization in which a state public official or a member of the official's immediate family owns or controls a ten percent (10%) interest, is a party to this agreement, and if this agreement involves payment of more than three thousand dollars ($3,000) within a twelve (12) month period, this contract is voidable by the state unless appropriate disclosure is made according to s. 19.45(6), Wis. Stats., before signing the contract. Disclosure must be made to the State of Wisconsin Ethics Board, 44 E. Mifflin Street, Suite 601, Madison, Wisconsin 53703 (Telephone 608-266-8123). State classified and former employees and certain University faculty/staff are subject to separate disclosure requirements, s. 16.417, Wis. Stats.29.0ANTI-KICKBACK ACT of 1986: (41 USC 51 et. seq): To the extent required by law, the officer or employee responsible for submitting this bid shall certify, in accordance with 48 CFR 52.203-7, to the best of their knowledge, that they have no information concerning the violation of the Anti- Kickback Act in connection with the submitted bid/proposal. Signing the bid/proposal with a false statement shall void the submitted bid/proposal and any resulting contract(s).30.0RECYCLED MATERIALS: The University is required to purchase products incorporating recycled materials whenever technically or economically feasible. Bidders/proposers are encouraged to bid/propose products with recycled content which meet specifications. 31.0HOLD HARMLESS: The Contractor will indemnify and save harmless the State of Wisconsin and all of its officers, agents and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the Contractor, or of any of its Contractors, in prosecuting work under this agreement.PROMOTIONAL ADVERTISING/NEWS RELEASES: Reference to or use of the State of Wisconsin, any of its departments, agencies (University) or other subunits, or any state official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the University. Release of broadcast e-mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency.WORK CENTER CRITERIA: A work center must be certified under s. 16.752, Wisconsin Statutes, and must ensure that when engaged in the production of materials, supplies or equipment or the performance of contractual services, not less than seventy-five percent (75%) of the total hours of direct labor are performed by severely handicapped individuals.FOREIGN CORPORATION: A foreign corporation (any corporation other than a Wisconsin corporation) which becomes a party to this Agreement is required to conform to all the requirements of Chapter 180, Wis. Stats., relating to a foreign corporation and must possess a certificate of authority from the Wisconsin Department of Financial Institutions, unless the corporation is transacting business in interstate commerce or is otherwise exempt from the requirement of obtaining a certificate of authority. Any foreign corporation which desires to apply for a certificate of authority should contact the Department of Financial Institutions, Division of Corporation, P.O. Box 7846, Madison, WI 53707-7846; telephone (608) 261-7577.FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this Agreement in accordance with reasonable control and without fault or negligence on their part. Such causes may include, but are not restricted to, acts of nature or the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, but in every case the failure to perform such must be beyond the reasonable control and without the fault or negligence of the party.WORK CENTER PROGRAM: The successful bidder/proposer shall agree to implement processes that allow the State agencies, including the University of Wisconsin System, to satisfy the State's obligation to purchase goods and services produced by work centers certified under the State Use Law, s.16.752, Wis. Stat. This shall result in requiring the successful bidder/proposer to include products provided by work centers in its catalog for State agencies and campuses or to block the sale of comparable items to State agencies and campuses.CHILD ABUSE NOTIFICATION: Contractor, per Executive Order 54, is required to make a report of child abuse or neglect immediately if, in the course of service, the Contractor observes or learns of an incident or threat of child abuse or neglect, and the Contractor has reasonable cause to believe that child abuse or neglect has occurred or will occur. A report must be made personally or by telephone to UWPD.? Reports are to be made to: Emergency Phone Number: 911. Non-Emergency Phone Numbers: UW Police Department 608-264-2677.RELEASE OF INFORMATION: Contractor shall not report or release information concerning University of Wisconsin System or its campuses students, employees or customers to third parties without the University’s prior written approval. Any such report or release of information shall, at a minimum, comply with those requirements enumerated in the Gramm-Leach-Bliley Act, 15 USC 6801 et seq., University standards for safeguarding such information, and all other applicable laws regarding consumer privacy.Attachment D: Applicable Federal RulesDEBARMENT:Federal Executive Order (E.O.) 12549 “Debarment“ requires that all contractors receiving individual awards, using federal funds, and all subrecipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. By signing this document, you certify that your organization and its principals are not debarred. Failure to comply or attempts to edit this language may disqualify your bid. Information on debarment is available at the following websites: and see section 52.209-6. GENERAL PROVISIONS AND APPLICABLE FEDERAL RULES:To the extent applicable the following clauses are hereby incorporated by reference on solicitations and awards in support of government awards and are hereby incorporated by reference into solicitations and any purchase orders with the same force and effect as if set forth in full text. It is intended that the referenced clauses shall apply to Seller, the legal entity which contracts with the University under any solicitation or purchase order, in such manner as is necessary to reflect the position of Seller as a Supplier to the University, Buyer and legal entity issuing a solicitation or purchase order; to insure Seller’s obligations to the University and the United States Government; and to enable the University to meet its obligations under its government awards.The above notwithstanding, to the extent Vendor is providing commercial items, as defined by FAR 2.101, under this Contract, only the FAR clauses identified in FAR 212-301, FAR 212-302, FAR 52.212-4, FAR 52.212-5, and FAR 52.244-6(c), and any corresponding DFAR clauses will apply to vendor under this contract.FAR / DFARS/CFR CLAUSES:52.202-1Definitions (Jan 2012)52.204-7System for Award Management (Oct 2018)52.204-23Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment52.211-5Material Requirement (Aug 2000)52.211-15Defense Priority and Allocation Requirements (Apr 2008)52.215-16Facilities Capital Cost of Money (Jun 2003)52.215-17Waiver of Facilities Capital Cost of Money (Oct 1997) (when cost of money is not proposed)52.223-10Waste Reduction Program (May 2011)52.223-11Ozone Depleting Substances (May 2001)52.223-12Refrigeration Equipment & Air Conditioners (May 1995)52.227-10Filing of Patent Applications – Classified Subject Matter (Dec 2007)52.227-11Patent Rights - Ownership by Contractor (Dec 2007) 52.232-8Discount for Prompt Payment (Feb 2002)52.232-25Prompt Payment (Oct 2008)52.233-3Protest After Award (Aug 1996) (Alt. I) (Jun 1985) 52.243-1Changes – Fixed Price – Alt. II (Apr 1984) (Apr 1984)52.244-6Subcontracts for Commercial Items (Oct 2018)52.245-1Government Property (Apr 2012)52.245-2Government Property (Fixed Price Contracts) (Apr 2012) 52.245-18Special Test Equipment (Feb 1993)52.249-1Termination for Convenience of the Government (Fixed Price) (Short Form) (Apr 1984)52.249-8Default (Fixed-Price Supply and Service) (Apr 1984) 52.251-1Government Supply Sources (Apr 2012)52.253-1Computer Generated Forms (Jan 1991)252.225-7001Buy American Act and Balance of Payments Program (Mar 1998) 252.225-7002Qualifying Country Sources as Subcontractors (Dec 1991) 252.225-7021Trade Agreements Act (Dec 2017)252.225-7009Duty-Free Entry-Qualifying Country End Products and Supplies (Aug 2000)252.225-7016Restriction on Acquisition of Ball and Roller Bearings (Dec 2000) 252.227-7013Rights in Technical Data and Computer Software (Nov 1995) 252.227-7026Deferred Delivery of Technical Data or Computer Software (Apr 1988) 252.227-7027Deferred Ordering of Technical Data or Computer Software (Apr 1988) 252.227-7030Technical Data - Withholding of Payment (Mar 2000)252.227-7037Validation of Restrictive Markings on Technical Data (Sep 1999) 252.227-7039Patents-Reporting of Subject Inventions (Apr 1990)252.251-7000Ordering from Government Supply Sources (May 1995)2 CFR 200.318-326Uniform Administrative Requirements, Cost Principles and Agreements2 CFR 200Contract Provisions for Non-Federal Entity Contracts Under Federal AwardsAppendix IIApplicable when fixed price is greater than $3,000:52.222-3Convict Labor (Jun 2003)52.222-19Child Labor – Cooperation with Authorities and Remedies (Mar 2012)52.222-54Employment Eligibility Verification (July 2012)52.225-13Restrictions on Certain Foreign Purchases (Jun 2008)52.232-23Assignment of Claims (Jan 1986)Applicable when fixed price is greater than $10,000:52.222-20Walsh-Healy Public Contracts Act (Oct 2010) 52.222-21Prohibition of Segregated Facilities (Feb 1999)52.222-22Previous Contracts & Compliance Reports (Feb 1999) 52.222-26Equal Opportunity (Mar 2007)52.222-36Affirmative Action for Workers with Disabilities (Oct 2010)Applicable when fixed price is greater than $30,000:52.209-5Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010)52.222-35Equal Opportunity for Veterans (Oct 2015) 52.222-37Employment Reports on Veterans (Feb 2016)252.231-7000 Supplemental Cost Principles (Dec 1991)252.246-7000Material Inspection and Receiving Report (Dec 1991)(Note: Not required for subcontracts for which the deliverable is a scientific or technical report.)Applicable when price is greater than $150,000:52.203-3Gratuities (Apr 1984)52.203-5Covenant Against Contingent Fees (Apr 1984)52.203-6Restrictions on Sub-Contractor Sales to the Government (Sep 2006) 52.203-7Anti-Kickback Procedures (Oct 2010)52.203-8Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (Jan 1997)52.203-9Procurement Integrity-Service Contracting (Oct 1996)52.203-10Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997) 52.203-12Limitation on Payments to Influence Certain Federal Transactions (Oct 2010)52.215-2Audit and Records- Negotiation (Oct 2010) (Alt. II) (Apr1998)52.215-14Integrity of Unit Prices (Oct 2010)52.219-8Utilization of Small Business Concerns (Jan 2011)52.222-4Contract Work Hours and Safety Standards Act - Overtime Compensation (Sep 2000)52.222-35Equal Opportunity for Veterans (Sep 2010)52.222-37Employment Reports on Veterans (Feb 2016)52.223-2Clean Air and Water (Apr 1984) 52.223-6Drug-Free Workplace (Mar 2001)52.227-1Authorization and Consent (Dec 2007)52.227-2Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007)52.232.17Interest (Oct 2010)52.242-13Bankruptcy (Jul 1995)52.244-2Subcontracts (Oct 2010) (Alt 1) (June 2007)52.244-5Competition in Subcontracting (Dec 1996) 52.246-2Inspection of Supplies - Fixed Price (Aug 1996) 52.246-4Inspection of Services - Fixed Price (Aug 1996)52.246-24Limitation of Liability-High Value Items (Feb 1997)52.249-2Termination for Convenience of the Government (Fixed Price) (Apr 2012) 252.203-7000Statutory Prohibitions on Compensation to Former Department of Defense Employees (Dec 1991)252.203-7001Prohibition on Persons Convicted on Fraud or Other Defense Contract Related Felonies (Mar 1999)252.242-7004Material Management and Accounting System (Dec 2000)252-247-7023Transportation of Supplies by Sea (May 2002)2 CFR 200.323(b)Profit is Fair and ReasonableApplicable when fixed price is greater than $500,000:52.226-1Utilization of Indian Organizations and Indian-Owned Economic Enterprises (Jun 2000)52.230-2Cost Accounting Standards (May 2012)52.230-3Disclosure and Consistency of Cost Accounting Practices (Oct 2015) 52.230-5Cost Accounting Standards - Educational Institutions (May 2012) 52.230-6Administration of Cost Accounting Standards (Jun 2010)252.205-7000Provision of Information to Cooperative Agreement Holders (Dec 1991) 252.219-7003Small Business and Small Disadvantaged Business Subcontracting Plan (DOD Contracts) (Apr 1996)Applicable when fixed price is greater than $650,00052.219-9Small Business Subcontracting Plan (Jan 2017)52.219-16Liquidated Damages – Subcontracting Plan (Jan 1999)Applicable when fixed price is greater than $700,000:52.215-10Price Reduction for Defective Cost or Pricing Data (Aug 2011) 52.215-12Subcontractor Cost or Pricing Data (Oct 2010)52.215-13Subcontractor Certified Cost or Pricing Data – Modifications (Oct 2010)52.215-15Pension Adjustment and Asset Revisions (Oct 2010)52.215-18Reversion or Adjustment of Plans for Postretirement Benefits other than Pensions (PRB) (Jul 2005)252.215-7000Pricing Adjustment (Dec 1991)Applicable when fixed price is greater than $1,000,000:52.222-26Equal Opportunity Preaward Clearance (Sep 2016)52.243-7Notification of Changes (Apr 1984) (Note: Paragraph (b) - 30 days; paragraph (d) -60 days)Attachment E: Building DrawingsHold down the CTRL button then click on the link below to access Building Drawings showing construction details.Attachment E: Building Drawings ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download