SOLICITATION NOTICE
59 -- 100 kW, 0-100 A, 0-1000 V Power Suppy
- Notice Date
- 3/7/2007
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA9300-07-T-5035
- Response Due
- 3/13/2007
- Archive Date
- 6/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: 59-Electrical and Electronic Components OFF ADD: AFFTC/PKTB, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93534 SUBJECT: Power Supply REF NO.: FA9300-07-T-5035 DUE: 13 Mar 2007 POC: MARC A. VENZON, (661) 275-7871 (Fax) DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.603, 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. This solicitation is a request for a quote (RFQ). This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-12 and Department of Defense Federal Acquisition Regulation (DFAR) Change Notice 20070212. This acquisition is a small business-set aside. NAICS code is 335999. Description: The Air Force Research Laboratory has a requirement for one (1) 100 kW Power supply with the following specifications. Solicitation is for the commercial purchase of one power supply: CLIN 0001: 100kW, 0-100 A, 0-1000 V Power Supply Input voltage (Factory Configured): 440/480 Vac, 50-400 Hz, 3-Phase Line regulation: Voltage Mode: +/- 0.004% of full scale Current Mode: +/- 0.02% of full scale Load regulation: Voltage Mode: +/- 0.01% of full scale Current Mode: +/- 0.04% of full scale Stability: 0.10 % for 8 hours after 30 minute warm up Load transient response: 2 ms to recover within +/- 1% of regulated output with a 50% to 100% or 100% to 50% step load change Efficiency: Greater than 86% Temperature coefficient: 0.04 %/degrees Celsius of maximum output current Isolation: Maximum input voltage to ground: +/-2500 Vac Maximum output voltage to ground: +/-1000 Vdc User inputs and outputs: referenced to earth ground Power Factor: Greater than 92% at maximum power Ambient Temperature: 0 to 50 degrees Celsius Storage Temperature: -25 to + 85 degrees Celsius Remote sense limits: 3% maximum voltage drop from output terminals to load Digital programming accuracy of full scale: Voltage set point: +/- 0.50% Current set point: +/- 0.75% Over voltage trip set point: +/- 0.50% Over current trip set point: +/- 0.75% Digital readback accuracy of full scale: Output voltage: +/- 0.50% Output current: +/- 0.75% This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR Part 52.212-1, Instructions to Offerors-Commercial Items, addendum to paragraph (h): a single award will be made; 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: Best Value; 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by viewing the website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, the potential vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contractor Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the following clauses: FAR Part 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans); and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFAR clauses apply to this acquisition: DFAR Part 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program); and 252.211-7003 Item Identification and Valuation. Additional information: Technical point of contact is James Haas, (661) 275-5502; E-mail: james.haas@edwards.af.mil. Contractual point of contact is Marc Venzon, (661) 277-2097, fax 661-277-2114, E-mail: marc.venzon@edwards.af.mil. Responses must be received no later than (NLT) 1:00 p.m., Pacific Daylight Time, 13 Mar 2007. Responses should be submitted to: Marc Venzon, Air Force Flight Test Center (AFFTC/PKTB), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. Telephone requests to be placed on a mailing list will not be honored.
- Place of Performance
- Address: Edwards AFB, CA
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01245612-W 20070309/070307220708 (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 |