|
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1997 PSA#1895Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL
N00164-97-Q-0353 DUE 080497 POC Diane Pearson, Code 1163W7, telephone
812-854-5201, fax 812-854-3465, Luann Shelton, Contracting Officer WEB:
click here to download, http://www.crane.navy.mil. E-MAIL: click here
for questions, pearson_d@crane.navy.mil. 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 procurement is reserved for
small business. This announcement constitutes the only solicitation;
quotes are being requested and a written solicitation will not be
issued. Solicitation Number N00164-97-Q-0353 is issued as a Request for
Quotation. Solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 90-45
and Defense Acquisition Circular 91-11. The Standard Industrial
Classification Code for this procurement is 3699. This requirement is
100% set aside for small business. The size standard is 500 employees.
This action is for the procurement of 4 each Programmable Dual Zone
Hot-Bonder Composite/Metal-Bond Repair Console, Atacs Products Model
Number 8024-2, Brand Name or Equal in accordance with the following
salient characteristics: Package Non-Vented, Self Contained Cooling;
Weight not to exceed 40 pounds; Maximum Current 25 AMPS per Zone
(continuous); Power Output (Total Capacity) 6000 Watts at 120 Volts;
Operating Input-between 90 -- 264 Volts AC, 47 -- 63 Hz Single Phase;
80 -- 120 PSI air; Zones 2 Independent; Temperature Control to all
active thermocouples (Up to 8 per Zone); Temperature Sensors "J" type
Thermocouples (minimum of 8 per Zone); Display Liquid Crystal Display,
Text and Graphics Illustration, Contrast Adjustment; Printer Output
minimum data output shall include date, time, job description, operator
identification, cure profile number, Thermocouple Data, Vacuum at
Repair, warning and alarm data, fault history and curve summary;
Instrument accuracy + or equal to 1 degree Fahrenheit; Temperature
range 32 -- 750 degrees Fahrenheit; Temperature ramp rates 0 -- 99
degrees per minute in 1 minute increments; Set point resolution + or
equal to 1 degree Fahrenheit, + or equal to 2 inches Hg.; Length of
cure minimum of 0 -- 99hours in minutes; Vacuum Internal pressure
generated, 0 -- 28 inches Hg. adjustable, front panel regulation,
programmable vacuum alarm threshold; Preprogramed Cure Profiles 15
programed cures; Manual Operations Menu-selectable option for Manual
Control; Diagnostics Auto self-test on power-up and prior to cure start
up; Diagnostics Auto-safety checks; blanket continuity, shorted
blanket, thermocouple cross-layup and accuracy, ground fault, part
vacuum levels, thermocouple in contact with blanket (over temperature
Thermocouple); Safety Features Over temperature protection, Ground
Fault Interrupt (Operator/equipment protection), Electrically isolated
inputs/outputs, heater current monitoring, access codes prevent
unauthorized data entry, battery-backed memory; Over temperature
protection independent over-temperature protection circuit, front panel
adjustable threshold, controlled heat rise with out over-shoot; Quality
Control -- Manufactured to MIL-I-45208; Computer interface Serial, 19.2
Baud, upgrade software, upload profiles, data collection. Accessories
to be included with 8024-2 Hot Bonder Composite/Metal-Bond Repair
Console as follows: Part Number 4539 (1) each heater cord, 15 feet;
Part Number 4973 (2) each Vacuum Probe Assembly; Part Number 4970 (1)
each Vacuum T Assembly; part Number 4971 (2) Vacuum Hose Assembly; Part
Number 4972 (1) each Vacuum Gauge Assembly. (All above are Atacs Model
and Part Numbers, Brand Name or Equal.) This award will be a firm
fixed price contract and will be awarded utilizing Simplified
Acquisition Procedures. The shipping terms will be F.O.B. destination,
Naval Surface Warfare Center, Crane IN, with inspection/acceptance at
destination. Required delivery is September 1997. FAR
Clauses/Provisions 52.203-3 Gratuities, 52.212-1 Instructions to
Offerors -- Commercial Items, 52.212-4 Contract Terms and Conditions --
Commercial Items, 52.212-5 Contract Terms and Conditions Required to
Implement Statues or Executive Orders -- Commercial Items
(incorporating FAR 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, 52.225-3 Buy American Act-Supplies.
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 time frame will
be provided any changes/ amendments and considered for future
discussions and/or award. The Government intends to award to the
responsible contractor whose quotation is the most advantageous to the
Government considering price and price-related factors. This
solicitation will be evaluated on the following factors: Technical,
past performance, and price. Technical and past performance are equal,
and when taken together are significantly more important than price.
The Government will award a contract resulting from this solicitation
to the responsible offeror whose offer conforming to the solicitation
will be most advantageous to the Government, price and other factors
considered. The following facts shall be used to evaluate offers: The
Contractor shall provide past performance for same/similar products,
technical interface in accordance with the specifications, with other
Government Agencies, public or local Government for the past three
years. 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. The written quotes and the above required
information must be received at this office on or before 04 August 1997
at 3:00 PM Central Time. Proposals may be sent to: Contracting Officer,
Bldg. 64 (ATTN: Diane L. Pearson, Code 1163W7) NAVSURFWARCENDIV, 300
Hwy 361, Crane, IN 47522-5011. Facsimile quotes are acceptable
(812-854-3465). POC e-mail address is pearson_d@crane.navy.mil. All
responsible sources may submit an offer which will be considered by the
agency. Numbered Note 1 applies. (0204) Loren Data Corp. http://www.ld.com (SYN# 0409 19970725\59-0024.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|