Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 7,1996 PSA#1546

Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522- 5001, Code 1163

58 -- RADIO FREQUENCY GENERATOR SOL N00164-96-Q-0190 DUE 032096 POC Point of contact, Ms. Barbara Kinder, Procurement Technician, Code 1163WJ, 812-854-3901, fax requests to 812-854-1841 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Numbered N00164-96-Q-0190 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 33 and Defense Acquisition Circular 91-9. This action is considered a 100% Small Business Set-Aside in accordance with FAR 19.502-2(a). The Standard Industrial Code is 3612. The Small Business size standard is 750 employees. This is a Brand Name or Equal requirement for: CLIN 0001 - Transistorized, solid state induction Generator - 1 each - Pillar Industries Model MK-20 or equal. If providing other than Brand Name item the offeror must provide the Manufacturer's Name, Brand, and Model or Part Number along with a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, or other documents, if necessary. The Salient Characteristics for the Transistorized, solid state induction Generator: 1. The system must have an output power 0 to 20 kW min range, continuously adjustable. 2. Current Control, current variation of +/-0.5% with a 10% line voltage change. 3. Output Frequency, variable from 50 to 400 kHz, tuned specifically to 400 kHz. 4. Input Power, 208 VAC, 3 phase, input full load-26KVA. 5. Supply Water, System shall use a maximum of 3 gallons per minute of tap water at 78 deg Fahrenheit. 6. Cabinet dimensions, Width-24'' +/-1'', Depth-26'' +/-1'', Height-53'' +/-2. 7. Cabinet weight, not to exceed 450 pounds. 8. Metering, Analog metering to indicate DC voltage, DC current, and Operating frequency shall be installed on the front of the unit in a convenient location for viewing. 9. Diagnostics, Fault indicators for DC voltage and current, high and low frequency, and insufficient water flow. 10. Circuit Breaker, front panel built-in circuit breaker. 11. Timer, Built-in digital timer adjustable from 0 to 10 minutes minimum, adjustable in one tenth second intervals. The unit can also be operated manually for continuous operation. The on/off switch for ''Heat'' shall be illuminated. 12. Safety Interlocks, Interlocks to prevent operation during low water flow and water over-temperature. 13. Output Transformer, isolated, load matching transformer with adjustable taps. 14. Water Cooling System, water cooling recirculator, matched to the generator, with a non-ferrous pump and motor. System shall include a non-metallic storage tank, temperature controller, pump starter and control, and a water to water heat exchanger. The cooling system shall be in an integral housing. 15. Coil Interface, the coil interface with the generator shall be a ''Miller Recoil'' type quick-connect/disconnect or equivalent. 16. Standard commercial operating and maintenance manuals shall be included. This is anticipated to be a Firm Fixed Price contract. The shipping terms will be F.O.B. Destination, Naval Surface Warfare Center, Crane IN with the inspection/acceptance at Destination. Delivery will be required within 60 days from contract award. Provisions 52.212-1 Instructions to Offerors-Commercial 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 (incorporating FAR 52.222-35 Affirmative Action for Special Disabled 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, 52.225-3 Buy American Act-Supplies, 52.225-16 Buy American Act-Supplies under European Community Agreement certificate, 52.225-17 Buy American Act-Supplies under European Community Agreement, 52.225-18 European Community Sanctions for End Products, 52.225-19 European Community Sanctions for Services, also incorporated are DFAR's Clauses 252.211-7003 Brand Name or Equal, and 252.227-7015 Technical Data- Commercial Items apply to this acquisitions. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors- Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS Number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. The offerors written quote and the above required information must be received at this office on or before March 20, 1996 at 2:00PM Eastern Std Time. Proposals may be sent to the following address: Contracting Officer, Bldg 3168 (Attn: Flo Martin 1163WM) NAVSURFWARCENDIV, 300 HWY 361, Crane IN 47522-5001. The individual to contact for information regarding this requirement is Flo Martin (812) 854-3689 FAX (812) 854-1841 (0065)

Loren Data Corp. http://www.ld.com (SYN# 0330 19960306\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page