Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2006 FBO #1522
SOLICITATION NOTICE

66 -- SPACE CHAMBER WATER-COOLED ELECTROMAGNETS

Notice Date
1/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-06-R-JR02
 
Response Due
2/10/2006
 
Archive Date
2/25/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 solicitation, N00173-06-R- JR02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-08 and DFARS Change Notice 20060123. The associated small business size standard is 334513 and 500 employees. NRL has a requirement for Space Chamber Water-Cooled Electromagnets. The coils shall consist of the following general and specific specifications: A. GENERAL REQUIREMENTS: The following specifications shall be common to all coils: (1)a maximum current rating of at least 800 ADC (2)0.512 inch square copper with 0.210 inch bore (3)Inner diameter of 120 inches and a outer diameter estimated at 130 inches (4)coils shall incorporate a support base (with width approximately equal to the coil thickness) making the coil center 79.5 inches above floor. (5)coils shall have 1 in, 1 out cooling water connections integrated into the base (6)coils shall have integrated structure to maintain separation during operation (7)the required power dissipation shall not exceed 10 gpm, 30 kW per magnet (8)coils shall have an integrated thermocouple B. SPECIFIC REQUIREMENTS: The contractor shall propose the following coil styles; CLIN 0001: Coil Style 1 (End Coils): (Qty 2) (a) 120 turns in 6 double pancakes (b) 2 electrical circuits of 3 pancakes each CLIN 0002: Coil Style 2 (Interior Coils): (Qty 3) (a) 100 turn in 5 double pancake (b) 1 electrical circuit of 5 pancakes CLIN 0003: Tooling, winding, and plotting forms. WARRANTY: The Contractor shall provide a standard commercial warranty against the quoted coils. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 30 September 2006. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) Technical capability of the item offered to meet the Government requirement, (2) Price, (3) Past Performance. Technical and Past Performance, when combined, are more important than price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at : http://heron.nrl.navy.mil/contracts/repsandcerts.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.211-7003, 252.225-7012, 252.225-7021, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A, and 252.211-7003. The following additional FAR clause applies: 52.214-31. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original and two copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Record
SN00972334-W 20060126/060124212531 (fbodaily.com)
 
Source
FedBizOpps 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.