Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2004 FBO #0779
SOLICITATION NOTICE

59 -- AC LOAD AND SOURCE DLS-250 PROCESSING SYSTEM

Notice Date
1/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0185
 
Response Due
1/20/2004
 
Archive Date
3/20/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.fletcher@sbccom.apgea.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-04-T-0185. The associated North America Industry Classification (NAICS) Code is 334515 and the Business Size Standard is 500 employees. CLIN 0001: DLS-250 kW AC Load Processing System. The contractor shall provide a AC Load and Source System with the following specifications: Input Load Requirements; Voltage 3-phase, 480 Volts RMS, Current 320 Amps RMS @ 480 Volts, Frequency 50/60, 40 0 plus minus 2Hz, Isolation Transformer No external transformer required, Ground connected to chassis: AC Power Quality at Rated Power, As current source IEEE519, As voltage source depends on load: DC Bus Interface to AV 900 Compatible with AV 900 interfa ce; Operating Environment Temperature 0-35 degreee C higher temperature can be sustained at a lower continuous power rating, Humidity 0-90 percent non-condensing; Major features- Operation in 50/60 Hz and 400Hz, Programmable current CC- for voltage regulat ion testing as a load simulator, Programmable Power CP for switching power supplies testing, User programmable voltage as source simulator, User programmable frequency as source simulator, Seamless interface with AV 900. This system shall operate with DG a nd UPS sytem up to 250kVA, shall recycle energy into utility reducing facility HVAC loads with AV 900, operate as frequency converter 400 Hz to 60 Hz, significantly increase product reliability and Labview interface through series RS232 communication. The Physical Specification shall be within the dimensions of approx 72 inches wide x 76.5 inches height and 36 inches D and the weight shall be approximatley 2200 pounds. This device shall be able to operate with AeroVironment??????s AV 900 bid-directional Power Processing System and act as both an AC source and an Ac load. As a load the DLS-250kVa simulates typical linear and non-linear AC household and commerical loads. The DLS mus be capable of acting as a pure sine wave voltage source or current source . Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when comb ined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of t heir proposal all descriptive materials (such as cuts, illustrations, drawings or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a pro duct so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, training, and support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract t o the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to t his acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6 , Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preferenc e, it shall so indicate in its offer), FAR 52.219-6, Notice of Total Small Business Set-Aside: FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52. 222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.2 43-7001 Pricing of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/f ar, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 20 January 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue , Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.cc r.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)278-0900, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00503112-W 20040115/040113212053 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.