Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2021 SAM #7236
SOLICITATION NOTICE

45 -- CABLE, HEAT TRACING STRIP

Notice Date
9/21/2021 9:51:01 AM
 
Notice Type
Presolicitation
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
N4215821QE112
 
Response Due
9/27/2021 1:00:00 PM
 
Archive Date
10/12/2021
 
Point of Contact
Sylvia Perry, Phone: 7573968673
 
E-Mail Address
sylvia.v.perry@navy.mil
(sylvia.v.perry@navy.mil)
 
Description
Synopsis: Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract, to provide 2100 feet of cable with the following specifics: Heat tracing strip, cable, 10 watt, self-regulating. Shall operate with 115/120 volts AC, 60 cycles, single phase. Heat output shall be 10 watts per foot at 50 degrees Fahrenheit. Must be a flat, ribbon type, tape, with a maximum width of � inch across outer jacket. Buss wires shall be a minimum 16 A.W.G copper or tinned copper braid, 14 A.W.G equivalent. Must have an outer jacket of polyolefin or polyolefin modified to meet the requirements of this specification and have a minimum thickness of .010 inch. Both inner and outer jackets must be continuous without nicks, cuts, or cracks which expose the heating core. Self-regulating heating core must have a positive temperature coefficient which causes its resistance to increase with an increase in temperature. Must be capable of regulating and maintaining a minimum of 250 linear feet of tape at a constant temperature. Must be capable of being field-cut to length at any point without creating cold spots. Must be capable of being overlapped or crossed at all power outlets without damage to the heater. Shall not exceed 160 degrees Fahrenheit when installed in any ambient temperature. Jackets must be watertight. Tape must be capable of being bent a minimum of 180 degrees in a 1-inch radius at 10 degrees Fahrenheit without cracking the insulation. Resistance of the inner and outer jackets must be a minimum of 400 megohms per 1000 linear feet after the tape has been immersed in water for a minimum of 24 hours. Must be capable of withstanding a 2500 volt dielectric test for a minimum duration of 1 minute after all bend tests, all water immersion tests, and all aging tests have been completed. Mercury Free Clause invoked. Certificate of Compliance Required. This requirement is needed to maintain supplies that support the Navy�s mission. The quantity needed is two thousand one hundred (2,100). The required items are for commercial items prepared in accordance with the information in FAR Subparts 12.6, as supplemented with the additional information included in this notice. The requirement will be solicited as full and open. The NAICS code applicable to this procurement is 333414, with a size standard of 500 employees. The Product Service Code is 4520. The delivery date for this acquisition is anticipated to be 15 October 2021. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. The solicitation is not yet available. Once available, the solicitation will be posted to this site SAM, SAM.gov. The solicitation is expected to be available approximately 21 September 2021. Solicitation N42158-21-Q-E112 and subsequent amendments will be posted to this website (SAM.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the SAM.gov website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at SAM.gov on the interested vendor list under N42158-21-Q-E112. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Sylvia Perry, Contract Specialist at sylvia.v.perry@navy.mil Contracting Office Address: Nuclear Branch Norfolk Naval Shipyard Building 65, 1st Floor Portsmouth, VA 23709-5000 � Place of Performance: Norfolk Naval Shipyard Primary Point of Contact: Sylvia Perry, Contract Specialist Sylvia.v.perry@navy.mil Phone: 757-396-8673
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/359f536d8d9d4c1ca8a055568bf3907a/view)
 
Place of Performance
Address: Portsmouth, VA 23709-5000, USA
Zip Code: 23709-5000
Country: USA
 
Record
SN06139913-F 20210923/210921230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.