SOLICITATION NOTICE
59 -- SYNCHRO, CONTROL TRANSFORMER
- Notice Date
- 11/7/2024 6:48:38 AM
- Notice Type
- Presolicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
- ZIP Code
- 23709-5000
- Solicitation Number
- SPMYM125Q0010
- Response Due
- 11/14/2024 1:00:00 PM
- Archive Date
- 11/29/2024
- Point of Contact
- John Ratliff
- E-Mail Address
-
john.ratliff@dla.mil
(john.ratliff@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable� (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items� prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented� with the additional information included in this notice. The Contract Line Items (CLINs) is as follows: CLIN 0001 QTY 15 SYNCHRO, CONTROL TRANSFORMER NOTE: Programming stations are stand alone and are not connected to any networks. ORDERING DATA Description: Control Transformer Synchro Body Material: Steel, stainless AAQL Body Style: Standard round c AAVH Shoulder Diameter: Between 1.5615 inches and 1.5620 inches AAVL Pilot Diameter: Between 0.9370 inches and 0.9375 inches ABHP Overall Length: 3.0600 inches ABKK Flange Diameter: Between 1.7450 inches and 1.7500 inches ABKU Flange Thickness: 0.0930 inches ABPA Undercut Diameter: 1.6250 inches ABPC Undercut Width: 0.0780 inches ABWV Shaft Diameter: 0.1870 inches single shaft and 0.1872 inches single shaft ABXF Shaft Length: 0.5400 inches single shaft AHCG Maximum Tempurature Rise: 20.0 degrees celsius AJSL Body Size: 18 AJSN Stator Input Voltage Rating In Volts: 90.0 AJSP Stator Input Current Rating: 7.0 milliamperes AJSQ Stator Input Electrical Power Rating: 50.0 milliwatts AJSS Frequency In Hertz: 400.0 AJTJ Zso Impedance Magnitude In Ohms: Between 12000.00 and 14800.00 AJTK Zso Impedance Angle In Deg: Between 82.00 and 84.50 AJTL Zrs Impedance Magnitude In Ohms: Between 980.00 and 1180.00 AJTM Zrs Impedance Angle In Deg: Between 42.00 and 52.00 AJVF Phase Shift Angle In Deg: 2.000 input to output AJVG Maximum Fundamental Null Voltage In Millivolts Per Volt 20.00 output AJVH Maximum Total Null Voltage Output In Millivolts Per Volt 30.00 AJVL Electrical Error Angular Range In Minutes: -6.0/+6.0 AJVM Spline Tooth Quantity: 21 single shaft AJW Torque Gradient Per Angular Deg: 0.100 inch-ounces AJVW Alignment Hole Quantity: 4 AJWQ Pilot Length: 0.0400 inches AJWR Shoulder Length: 0.1320 inches AJWX Mounting Surface To Terminal End Distance: 2.5200 inches AJXA Spline Tooth Diametral Pitch: 120 single shaft AJYY Shaft Thread Series Designator: Unf single shaft AKAF Shaft Thread Direction: Right-hand single shaft AKAN Shaft Thread Class: 2a CQTM Terminal Location: Rear CQWQ Shaft Thread Length: 0.2000 inches single shaft CRSJ Shaft Type: Spline w/threads single shaft CRSY Alignment Hole Depth: 0.1250 inches CSJY Transformation Ratio: 0.735 rotor to stator CTCW Alignment Hole Bolt Circle Diameter: 1.2500 inches CWBH Shaft Thread Size: 0.190 inches single shaft TEST Test Data Document: 81349-mil-s-20708 speci?cation (includes engineering type bulletins, brochures, etc., that re?ect� speci?cation type data in speci?cation format; excludes commercial catalogs, industry directories,� and similar trade publications, re?ecting general type data on certain environmental and� performance requirements and test conditions that are shown as ""typical"", ""average"", """", etc.). TTQY Terminal Type And Quantity: 5 screw FACILITIES ENTRY REQUIREMENTS: � �Initial Entry: Contractor provide a SECNAV 5512 and a CNRMA Installation Access Screening� Request form that will be provided by the technical point of contact (TPCO). These documents will� be endorsed by the TPOC and forwarded to the NNSY Pass Ofice. Contractor shall submit documents� approximately two weeks before arrival. � � Vehicle Entry: The company name shall be displayed on each door of the Contractor�s vehicles in� a manner and size that is clearly visible. All vehicles shall display a valid state license plate� that complies with State Vehicle Code. Vehicles shall meet all other requirement of the State� Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration.� Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering� the Controlled Industrial Area (CIA). � � Portable Electronic Device (PED): In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use� of Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled, Industrial� Areas are prohibited. A portable electronic device (PED) is de?ned as any non-stationary electronic� apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or� transmitting data, voice, video, or photo images e.g.: cell phones, laptops, tablets and wearable� devices such as ?tness bands and smart watches. � �Critical time Constraints: The Installation and training shall be performed between the hours of� 7:20 am and 3:50 pm excluding any federal holidays. � � Safety: �Per FAR 22.102-1(a) entitled �Safety�, contractor are hereby informed that their� employees or representatives present on property under NNSY cognizance must follow Federal and� State OSHA requirements; NNSY OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements; OSHE� Control Manual (OSHECM) requirements; or safety requirements for site speci?c location of the� contract."" � �Location: Portsmouth, VA 23709 The requirement will be solicited as a total small business set aside. The NAICS code applicable to� this procurement is 335312, Electrical/electronic Eqpt Compnts, Synchros and Resolvers with a size� standard of 500 employees. The Product Service Code is 5990. The anticipated delivery date for this acquisition is 30 days ARO. The solicitation, any documents� related to this procurement, and all amendments issued will be in electronic form only. THE� SOLICITATION IS NOT YET AVAILABLE. The solicitation number is SPMYM125Q0010 and it is expected to be available on or about 7 November� 2024 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 4:00 PM EST on 14 November 2024.� Responses to the solicitation notice shall be emailed to the attention of John Ratlif as� john.ratlif@dla.mil. Please make sure that the solicitation number (SPMYM125Q0010) is included in� the subject line of any email correspondence. Emails without subject lines will not be read because� of security issues. Potential oferors are hereby noti?ed that the solicitation and any subsequent amendments will only� be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The� Government is not responsible for inability of the Oferor's to access solicitation documents� posted. Prospective Oferor's should also register at on the interested vendor list under� SPMYM125Q0010. No telephone or FAX requests will be accepted, and no hardcopy� solicitation/amendment will be mailed or faxed. All responsible sources may submit a proposal which may be considered by the Government. By� submitting a quote, the oferor will be self-certifying that neither the principal corporate� oficials 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 oferor 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 ?nal 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 oferor ineligible for award. Oferors may obtain information on� registration and annual con?rmation 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 John Ratlif at� john.ratlif@dla.mil. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cdb595d9285d476abe8090189d749df6/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07260233-F 20241109/241107230111 (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 |