SOLICITATION NOTICE
16 -- CONVERTERS
- Notice Date
- 2/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-11-M-F011
- Archive Date
- 3/16/2011
- Point of Contact
- Thania Guillen, Phone: 661-275-2537, Thania Alexander, Phone: 661-277-2537
- E-Mail Address
-
thania.guillen@edwards.af.mil, thania.Alexander@edwards.af.mil
(thania.guillen@edwards.af.mil, thania.Alexander@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 and DFARs Change Notice (DCN) 20110120. NAICS is 335312 and the size standard is 1000 employees. This acquisition is a 100% small business set-aside. This solicitation is for the purchase of two (2) Frequency Converters. The minimum salient characteristics the government is requiring are as follows: INPUT: Voltage Range: 115/200 VRMS ±10% Configuration: 3-Phase, wye, grounded neutral Frequency Range: *** 30 to 600 Hz Power Factor: > 0.99 Input Current: < 5% at nominal input Distortion: voltage and full rated load Protection: Circuit breaker, over/ undervoltage, loss of phase, overcurrent Phase Rotation: Any OUTPUT: Power*: 3.5 kVA continuous Overload: 125% for 5 minutes,175% for 10 seconds Configuration: Single phase Voltage: 115 VRMS ±1.0% Frequency: 60 Hz ±0.1% Distortion: 2% THD maximum Power Factor: 0.8 lagging to 0.8 Range: leading (not damaged by any power factor load) Efficiency: 89% typical at full load rating Protection: Over/undervoltage, overload, short circuit MECHANICAL: Size: 6" height, 9" width, 18" depth Weight: 30 lbs. dependent on options selected Mounting: Hard mount or ARINC mount Connectors: Input: MS3102R18-11P Output: MS3102R18-13S Cooling: Self-contained fan (slow speed for low ambient noise) ENVIRONMENTAL: Temperature: MIL-STD-810E, Method 501.3, 502.3 (-25°C to +55°C operating; -40°C to +71°C storage) Altitude: MIL-STD-810E, Method 500.3 (15,000 ft. operating, 45,000 ft.rapid de com pres sion) Explosion-Proof: MIL-STD-810E, Method 511.3 Shock: MIL-STD-810E, Method 516.4 (10g operational, 20g crash) Vibration: MIL-STD-810E, Method 514.4 Humidity: MIL-STD-810E, Method 507.3 (95% RH max at 30°C) EMI**: RTCA DO-160D, Section 20, 21 CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. CLAUSES: The following FAR provisions and clauses apply: Clause 52.212-01, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; Technically acceptable is meeting all minimum salient characteristics; 52.212-3, Offeror Representations and Certifications-Commerical items; 52.212-3 Alternate I; clause 52.222-3, Convict Labor; clause 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; clause 52.225-3, Buy American Act; clause 52.225-13, Restrictions on Certain Foreign Purchases; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases. The following DFARs clauses apply to this acquisition: Clause 252.204-7008, Export-Controlled Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.232-7010, Levies on Contract Payments;252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea Alternate III; The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 5352.201-9101, Ombudsman. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Thania Alexander @ 661-277-2537), no later than 01 March 2011 at 4 PM PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail Thania.Alexander@edwards.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-11-M-F011/listing.html)
- Place of Performance
- Address: 307 East Popson Avenue, Building 1400, Rm 413, Edwards AFB, CA. 93524, Edwards, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02384883-W 20110224/110222234301-e544eedc3446d7e8666310fb73717761 (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 |