SOLICITATION NOTICE
66 -- OPTION - Current Probe and Voltage Transducer
- Notice Date
- 4/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Hwy. 547 Attn:B562-3C, Lakehurst, NJ 08733
- ZIP Code
- 08733
- Solicitation Number
- N68335-14-T-0147
- Response Due
- 4/30/2014
- Archive Date
- 10/27/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N68335-14-T-0147 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-04-30 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Lakehurst, NJ 08733 The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following: Base Period of Performance: 05/30/2014 - 10/31/2014 LI 001: P/N: RCTi/15000/2.5/300/BC; Nomenclature and Spec: Current Probe, 15kA rms, 0.2Hz-1MHz, 2.5m cable, 300mm Coli, Isolated BNC-BNC cable split option.; Requirements: 1. Non-intrusive, non-contact Current sensor; 2. Rogowski Coil Technology (must be easily installed over current carrying cable); 3. Loop diameter >= 1 inches; 4. Max current = 15KA; 5. Bandwidth = 1Hz - 4KHz (No DC component requirement); 6. Output = Linear voltage output scaled ratio-metrically to the current. Max output 10VDC.; 7. Distance from Rogowski coil to signal conditioner (output signal) = please provide options; 8. Power requirement = 12VDC, powered via GFE DC power supply; and 9. Operating temperature < 105F., 14, EA; LI 002: P/N: CPCO-4000-77; Nomenclature and Spec: DC/AC Current Probe, Clamp-on, 4000A peak, 77mm aperture diameter.; Requirements: 1. Non-intrusive, non-contact Current sensor; 2. Hall Effects Sensor technology however will consider options but must be easily installed over current carrying cable without removing cable; 3. Loop diameter >= 1 inches; 4. Max current = 4KA; 5. Bandwidth = 0-4KHz, (shall be flat to 4KHz) signal has DC component around 3KA with AC ripple riding on it; 6. Output = Linear voltage output scaled ratio-metrically to the current. Max output 10VDC; 7. Distance from sensor to signal conditioner (output signal) = please provide options; 8. Power requirement = 12VDC (will consider options), powered via GFE DC power supply; and 9. Operating temperature < 105F., 22, EA; LI 003: P/N CV 3-2000; Nomenclature: Voltage Transducer+-2000V primary, +-10V signal; Requirements: 1. Differential Voltage probe sensor with probes; 2. Max voltage = 2KV; 3. Bandwidth = 0-4KHz; 4. Output = Linear voltage output scaled ratio-metrically to the voltage. Max output 10VDC; 5. Distance from sensor to signal conditioner (output signal) = please provide options; 6. Power requirement = 12VDC (will consider options), powered via GFE DC power supply; and 7. Operating temperature < 105F., 4, EA; Option 1 Period of Performance: 06/30/2014 - 10/31/2014 LI 001: P/N: RCTi/15000/2.5/300/BC; Nomenclature and Spec: Current Probe, 15kA rms, 0.2Hz-1MHz, 2.5m cable, 300mm Coli, Isolated BNC-BNC cable split option.; Requirements: 1. Non-intrusive, non-contact Current sensor; 2. Rogowski Coil Technology (must be easily installed over current carrying cable); 3. Loop diameter >= 1 inches; 4. Max current = 15KA; 5. Bandwidth = 1Hz - 4KHz (No DC component requirement); 6. Output = Linear voltage output scaled ratio-metrically to the current. Max output 10VDC.; 7. Distance from Rogowski coil to signal conditioner (output signal) = please provide options; 8. Power requirement = 12VDC, powered via GFE DC power supply; and 9. Operating temperature < 105F., 50, EA; LI 002: P/N: CPCO-4000-77; Nomenclature and Spec: DC/AC Current Probe, Clamp-on, 4000A peak, 77mm aperture diameter.; Requirements: 1. Non-intrusive, non-contact Current sensor; 2. Hall Effects Sensor technology however will consider options but must be easily installed over current carrying cable without removing cable; 3. Loop diameter >= 1 inches; 4. Max current = 4KA; 5. Bandwidth = 0-4KHz, (shall be flat to 4KHz) signal has DC component around 3KA with AC ripple riding on it; 6. Output = Linear voltage output scaled ratio-metrically to the current. Max output 10VDC; 7. Distance from sensor to signal conditioner (output signal) = please provide options; 8. Power requirement = 12VDC (will consider options), powered via GFE DC power supply; and 9. Operating temperature < 105F., 70, EA; LI 003: P/N CV 3-2000; Nomenclature: Voltage Transducer+-2000V primary, +-10V signal; Requirements: 1. Differential Voltage probe sensor with probes; 2. Max voltage = 2KV; 3. Bandwidth = 0-4KHz; 4. Output = Linear voltage output scaled ratio-metrically to the voltage. Max output 10VDC; 5. Distance from sensor to signal conditioner (output signal) = please provide options; 6. Power requirement = 12VDC (will consider options), powered via GFE DC power supply; and 7. Operating temperature < 105F., 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. 52.212-2 Evaluation - Commercial Items applies. Award shall be made to the lowest price, technically acceptable offeror. Technical Acceptability shall be determined as any product that meets or exceeds all requirement specifications identified in each Line Item. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); 252.204-7003 Control Of Government Personnel Work Product (APR 1992); 252.204-7004 Alt A System for Award Management Alternate A (MAY 2013); 252.225-7001 Buy American Act & Balance of Payments (OCT 2011); 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.243-7001 Pricing Of Contract Modifications (DEC 1991); 252.246-7000 Material Inspection And Receiving Report (MAR 2008); and 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-DEVIATION (FEB 2012; DEVIATION 2009-O0005: MAY 2009). Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Items to be delivered shall be packaged in accordance with best commercial practices. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 180 days after award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-14-T-0147/listing.html)
- Place of Performance
- Address: Lakehurst, NJ 08733
- Zip Code: 08733
- Zip Code: 08733
- Record
- SN03337047-W 20140413/140411235149-514ad6d153bdcc4d042342d178c78431 (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 |