Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,1997 PSA#1910

United States Marine Corps, Regional Contracting Office, Far East, PSC 557, P.O. Box 2000, FPO AP 96379-2000

59 -- AC/DC CONVERTER FOR SINGLE CHANNEL GROUND AND AIRBORNE RADIO SYSTEM SOL M67400-97-R-A013 DUE 082297 POC Contact Mr. Goodwin or SSGT E.R. Goodman, at 011-81-611-745-3974, fax 011-81-98-893-6024 E-MAIL: click here to contact the contracting officer via e-mail, goodwinj@okinawa.usmc.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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation M67400-97-R-A013 is issued as an Request for Proposal (RFP). The solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 90-46 and Defense Federal Acquisition Circular 91-12. DESCRIPTION OF REQUIREMENTS FOR ITEM TO BE ACQUIRED: CLIN 0001: AC/DC converter used to supply power for the Single Channel Ground and Airborne Radio System (SINCGARS) AN/PRC-119 AND OK-648/U. The converter shall have the following characteristics: POWER: Electronic Magnetic Pulse (EMP) protection; Input Voltage of 85 to 264 VAC; Input Frequency of 47 to 440 Hz; Maximum Load of 4.0 Amps; Output Voltage of 10.5 VDC TO 15-5 VDC (nominal 14.0 VDC).Voltage Regulation of +/- 2%; Output Ripple of 120 mV peak to peak Maximum; ground leakage less than 500uA; In-rush current <18A peak; Efficiency, 70% typ@full load; EMI Filter FCC Class B; Maximum Load 3.3A; Overcurrent @145%; Overvoltage @125%; Built-in; Test Indicator LED. COMM: Operating -10 to +60 degrees C and -40 to +85 degrees C storage; Power input via standard three pin commercial test equipment input power cable and ROMEX fly-in leads; EMP Protection; EMI Suppression; Digital Data Rates 600 -- 16000 bps; Constant Key 100% Duty Factor. Uninterruptable Power supply capability of 15 minutes demonstrated under operational conditions. Must connect directly to the rear of the RT-15230 and OK-648/U utilizing connector type P/N: A3019060-1 and provide the same basic form and fit as the CY-8523A battery box. 60 EA. Offerors shall provide a complete description, to include manufacurer/brand name and model number of products, in sufficient detail to evaluate compliance with the requirements in the solicitation. DELIVERY: Item shall be delivered FOB Destination to: Fiscal Officer, Headquarters and Service Battalion Unit #35607, Camp Hansen, Building 2859, Okinawa, Japan. Acceptance of all items will be made at final destination. Required delivery is ninety (90) days after notification of award. Final marking instructions will be provided at the time of award. FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct 1995) and FAR 52.212-2, Evaluation-Commercial Items (Oct 1995) apply to this acquisition. The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Price. The Government intends to evaluate proposals and may award a contract without discussions, therefore, offerors are encouraged to submit their best offer from a cost or price standpoint. (2) Technical Compliance with Specifications. Offerors shall submit descriptive literature of the items being offered in sufficient detail to evaluate compliance with the requirements in the technical specifications.(3) Past Performance. Offerors shall submit the following information concerning similar services furnished during the past two (2) years: Name, address, telephone number, point of contract, total dollar amount of contracts or orders from Federal, State, Local Government agencies or private companies in which the offer has supplied similar products. Price an important evaluation factor for award; however, technical compliance with specification and past performance factors, when combined, are approximately equal to price. The offeror is required to submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 1995), with its offer. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995) and FAR 52.212-5, Contract Terms Required to Implement Statutes or Executive Orders -- Commercial Items applies to this solicitation as well as the following additional clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253g and 10 U.S.C 2402); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); FAR 52.222-35 Action for Special Disabled and Vietnam Era Veterans (38 U.S.C, 4212); FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). DFARS 252.225-7007, Trade Agreements (10 U.S.C 2501-2582) applies to this solicitation. FAR 52.211-17, Delivery of Excess Quantities (Sep 1989) and FAR 52.214-21 Descriptive Literature (Apr 1984) are also incorporated in this solicitation. Proposals will be accepted by either U.S. or foreign mail and sent to The Regional Contracting Office, PSC 557, Box 2000, FPO AP 96379-2000, FPO AP 96379-2000. Offers must arrive NLT 1500 hours, Japan Standard Time on 22 August 1997. For additional information, contact Staff Sergeant E. R. Goodman at 011-81-6117-45-1504 or FAX 011-81-9889-3-6024. Offerors may submit at offeror's cost, a sample of the proposed item. Sample items will not be returned. No prejudice shall be attached to an offeror that chooses not to submit a sample. All responsible sources may submit an offer which will be considered. (0225)

Loren Data Corp. http://www.ld.com (SYN# 0319 19970815\59-0014.SOL)


59 - Electrical and Electronic Equipment Components Index Page