SOLICITATION NOTICE
66 -- Strand Burner System
- Notice Date
- 4/14/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893606T0095
- Response Due
- 5/2/2006
- Archive Date
- 6/2/2006
- Description
- The Naval Air Warfare Center Weapons Division, China Lake, CA is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 ? Test Program for Certain Commercial Items. This announcemnt constitutes the only soliciation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N68936-05-T-0095 is issued as a Request for Quote (RFQ). All responsible sources may submit a quotation, which shall be considered by the agency. This acquisition is for a Strand Burner System, with single strand test cell body and head; must provide proper certification documentation for use up to 10,000 psi for test cell assembly, surge tank, valves and manifold. System must have the following capabilities: (1) System rated for 10,000 psi (max) at -65 to 200 deg F. (2) All controls and monitoring instrumentation for pressure, and test cell temperature monitoring will be mounted in! a Remote Control Console. (3) All high pressure rated retaining metal parts will be constructed of SST-316, except the surge tank, electrical feed-thru, insulators and seals. Customer will supply pressurized, oil-free nitrogen gas up to 10,000 psi. (4) Utilize Crawford style (MIL-STD-286) break wire burn rate method. (5) Remote control console will have mechanical & software interlocks for safe operation. (6) All high pressure rated valves will be electronically controlled from the remote console; lights on the console will indicate open or closed valve positions. (7) Differential pressure measurement will be required with higher resolution DP; certified 10,000 psi pressure transducers will be supplied and the system calibrated. (8) Test cell body and head will be constructed of SST-316. Electrical Feed-thrus will be made of Hastelloy, or better. Will include one certified test head assy. & body. (9) Need to provide one certified surge tank (size depending on system). (10) Intrinsically safe, but electronics need not be explosion pro of/hazards rated. (11) CPU w/ Windows 2000 or better: 2 GHz Intel Pentium IV Processor with 512K Cache or better, 256 Mb RAM (at a minimum), 40 GB HDD or better, 48 x CD-ROM with CDRW capability or better, 3.5" 1.44MD Floppy Drive, complete with Mouse, Keyboard, Ethernet, at least four USB ports, and "in-console" Monitor (15" or better). (12) Custom Temperature Conditioning Bath: (a) Temperature Range Capability: -80 to +200?F (min). (b) Full-scale Temperature Conditioning Accuracy = +/-1.5?F. (c) Controls shall be mounted on the bath. (d) Power Requirement: 208VAC, 3-Phase/30A. (e) Includes well cover with temperature conditioning well, stainless steel tubing and necessary hardware upon installation. (13) Extra certified Single Strand 10,000 psi Test Head Assembly-SST316; must provide proper certification documentation for use up to 10,000 psi. (14) Acoustic Emission System consisting of one transducer with a preamplifier. The modified pre-amp shall contain a filter which screens the range of frequency to the band requirements, and be able to be set by the customer with initial installation set by vendor?s established band standard. (15) Delta Pressure system consisting a certified piezoelectric differential pressure transducer which will measure the delta pressure generated by the sample upon firing. The data will need to be sent to a remote mounted amplifier and then to a digital pressure indicator for display. (16) Advance software for data acquisition/control/data: (a) Lab VIEW software (latest version). Compatible with Win2000 or better. (b) Source code must be provided to allow the end user to make his or her own software revisions and be compatible with Lab VIEW. (17) DeskJet Printer with cable. (18) Installation and Training to be provided by the contractor: includes installation, calibration, testing and training for four (4) government personnel (min). (19) Standard Commercial Warranty is also to be provided by the contractor. (20) One year extended warranty. The provision FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2005) applies to this acquisition and there is no addenda to the provision. FAR Clause 52.212-2 Evaluation ? Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on best value with technical capability and price as the evaluation factors. Offeror must include a completed copy of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications ? Commercial Items (Jun 2003) and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items (Nov 1995) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003) applies to this acquisition and there is no addenda to this clause. FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jun 2004) and DFARS Clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions ? Commercial Items (Jun 2004); 52.219-14 Limitations on Subcontracting (Dec 1996); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Feb 1999); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999); 52.203-3 Gratuities (Apr 1984); 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Jul 1995); 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U S Currency (Apr 1991); 52.222-3 Convict Labor (Aug 1996); 52.222-19 Child Labor ? Cooperation With Authorities and Remedies (Sep 2002); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-17 Interest (Jun 1996); 52.233-3 Protest After Award (Aug 1996); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions ? Commercial Items (Nov 2001); 252.204-7004 Required Central Contractor Registration (52.204-7)(Oct 2003) - Alt A (Nov 2003); 252.225-7000 Buy American Act And Balance of Payments Program Certificate (Apr 2003); 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings - Alt 1 (May 2004); 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); 252.247-7023 Transportation of Supplies by Sea (Mar 2000). The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07. The NAICS code is 334516 and size standard is 500 employees for this procurement. The purchase order has a DPAS rating of DO. The resulting purchase order/contract will be Firm-Fixed Price. Inspection and Acceptance shall be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Ship to Receiving Officer Code 822223D, Naval Air Warfare Center Weapons Divison, China Lake, CA 93555-6108. Time of Delivery shall be in accordance with the offeror's proposed best delivery rate, but no later than 02 October 2006. Respondents shall submit their quote to Helen Xiong by mail to Commander, Code 210000D, Attn: Helen Xiong, 429 E. Bowen Road Stop 4015, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6108; by fax to (760) 939-3095 ; or by electronic mail to helen.xiong@navy.mil no later than 15 days after the date of publication of this notice. In your quote, please include your firms Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code if one has been assigned. The anticipated award date is May 15, 2006. All responsible sources must be registered in the Central Contractor Registration (CCR) database at the following website: https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All repsonsible offers will be considered for award. NAICS Code = 334516 Place of Performance = N/A Set Aside = N/A
- Record
- SN01028633-W 20060416/060414221139 (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 |