Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1997 PSA#1974

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

99 -- MISCELLANEOUS (SEE SOLICITATION STATEMENT FOR DETAILS) SOL N00244-98-Q-0037 DUE 112897 POC Bid Officer, 619-532-2690/2692, fax: 1088/1089 or Contracting Officer, Ralph Franchi, 619-532-2568, fax: 2347 WEB: ., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via e-mail., ralph_a._franchi@fmso.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in the FAR Part 12 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued, proposals are being requested from this announcement, a written solicitation will not be issued. The Request for Quote (RFQ) number is N00244-98-Q-0037. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-01. This solicitation is issued on a restricted basis, utilizing Standard Industrialization Classification Code of 3471, Electroplating, and allied services and 3679, power supplies. FISC-San Diego is announcing a requirement for the following: Power supplies, reversing switches, amp hour meters NEMA 12 cabinets used in a electroplating operation. A total of (26) each: 500 amp, 0-10 volt, DC Switch mode power supplies, (26) each: 500 Amp, air operated reversing switches, (2) Totalizing ampere hour meters, and Complete installation services for this equipment. The following statement of work applies: The contractor is to provide the listed DC power supply equipment installed in 19 inch rack mounted NEMA enclosures. Twenty-six (26), switch mode type, fully sealed, high frequency switching DC power supplies rated at 500 amperes, 0-10 volts with a potentiometer control to adjust the voltage and current output. Each unit shall include both a digital voltmeter and ammeter. The power supplies shall be in 19 inch rack mounted NEMA 12 enclosures suitable for use in the electroplating industry. The installation shall be such that the power supplies are installed at eye level. Twenty-six (26), 500 amp, reversing switches, to set the DC power supplies output current in forward, off or reverse mode. Each reversing switch shall be in 19 inch rack mounted NEMA 12 enclosures, suitable for use in the electroplating industry, located to control the adjacent DC power supply. Two (2) ampere hour totalizers: One totalizer shall display the total ampere hours in use for twenty six (26), 500 amp DC power supplies. This unit shall record the total ampere hours used on a continual basis. The maximum ampere hours in use shall be 13,000 and displayed on a minimum of 4/12 digits meter. The second totalizer shall display the cumulative total for the twenty six (26) DC power supplies. The total accumulating amp-hour totalizing meter shall have 6 digits and non-resetable. The DC power supplies shall be self air cooled and shall operate at an ambient room temperature of 50 degrees C. The contractor shall install all DC power supplies, reversing switches, and any other required components in NEMA 12 Rack enclosures. Cabinet wiring for the DC power supplies input power shall be routed to terminal blocks to provided a single point hook up for ease of installation and replacement. The output of the DC power supplies shall be routed to terminal blocks that provide easy access to the termination point of the DC cables for installation and replacement. The existing rack enclosure shall be removed and scrapped by the contractor. The DC cable runs, from the power supplies output terminal blocks to the plating tanks, shall be the responsibility of the government. The contractor shall provide hookup points as listed above. The contractor shall notify the government of the facility power panel and configuration requirements utilizing the existing facility power in the building 472 of 480 Volts AC, 3 Phase, 60 Hz. If the units are not designed to operate with this input power the contractor is to provide all necessary equipment to convert the units to 480 volts, AC, 3 Phase, 60 Hz. The government shall supply 480 volt, 3 Phase power for use by the contractor for use by the contractor to operate all necessary equipment and DC power supplies. The units shall be fully sealed and shall not require any special air ducting or air conditioning for operation. The sealed units shall be sufficiently sealed as to be isolated from corrosive atmosphere typical in a electroplating environment. All units are to include the following: Digital/microprocessor controlled, user friendly English language messages, Alpha-numeric display of output voltage and current, Isolated 4-20mA, or 0-5Vdc outputs for remote measurements and set points, Input Voltage: 480 Volts AC, 60 Hz, 3 Phase, Output current and voltage: 0-500Adc, 0-10 Vdc, Output Voltage Regulation:0.1% of full scale, Output Current Regulation: 0.1% of full scale, Isolation: Output to chassis, 500 VAC (1 Minute), Output to input AC line 2000 VAC (1 Minute), Output Ripple: 10mV rms, from 0 to full load, Load side fault protection: Short circuit proof, Open circuit proof, Load Over voltage shut down, Load over current shut down, Line side protection: Over/Under voltage shut down, System protection: Over temperature shut down, Operating temperature: 0 to 50 degrees C (32 to 122 degrees F). Demolition requirements: The contractor shall remove the existing DC power supplies and mounting racks and shall dispose of all materials removed. The contractor may at his option reuse the existing rack structure. All work will be performed at the Naval Aviation Depot, Naval Air Station, San Diego, CA 92135. Contractors submitting bids for this requirement are to provide the following information: (a) Pricing for Power supplies, Reversing switches, Ampere meters and a Flat Rate Firm Fixed Price for the complete installation, and testing of this equipment. (b) Payment terms, taxpayers ID#, Cage code, Duns/Bradstreet#, (c) A minimum of two references are to be provided from previous companies that your firm has provided this type of equipment and service to in the past. NOTE: If there any type of technical or contractual type questions, it is highly recommended that you fax in or e-mail to the Contracting Officer all inquiries that you may have. A walk through of the work site can be arranged for contractors that are interested in this requirement. Contact the Contracting Officer as soon as possible. THE FOLLOWING PROVISIONS ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND WILL BE PROVIDED BY THE CONTRACTING OFFICER IN FULL TEXT UPON REQUEST. NOTE: THE FULL TEXT OF THE PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov OR www.deskbook.osd.mil FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, Offerors are required to complete and include a copy of the following provision with their proposals: FAR 52.212-3, Offeror Representation and certifications Commercial Items, FAR 52.212-4, Contract Terms and Conditions Commercial Items, FAR 52.232-18, Availability of Funds, The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans: FAR 52.222-36, Affirmative Action for Handicapped Workers: FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.225-7001, Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses and applicable for (b): DFARS 252.225-7001; Buy American Act and Balance of Payment Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations system. The government intends to make a single award of a Firm Fixed Price contract to the most responsible offeror whose bid provides the best technical and cost value to the government. The following criteria will be used to evaluate the proposals information per Provision 52.212-2, Evaluation Commercial Items: Award will be made to the offeror that meets the solicitations minimum criteria for technical capability at the overall lowest pricing. To be determined technically acceptable, the references provided will be reviewed and data provided will be considered. The government intends to make a single award of a Firm-Fixed Price contract to the most responsible offeror whose bid provides the best technical and cost value to the government. Offers from responsible contractors may be FAXED to: Fleet and Industrial Supply Center, Regional Contracts Dept., Code 2611, Attn.: Ralph Franchi, San Diego, CA 92132. Fax no.: 619-532-2347. Requests for information regarding this solicitation may be addressed to Contracting Officer. Quotes must be received no later than 3:00p.m. (PST) on 11/28/97. Inquiries may also be addressed via e-mail to: ralph_a._franchi@fmso.navy.mil Do not mail in your quotations. Reference solicitation number: N00244-98-Q-0037 on all requests for information. This solicitation is issued as restricted to small businesses. See numbered Note 1. (0318)

Loren Data Corp. http://www.ld.com (SYN# 0291 19971118\99-0002.SOL)


99 - Miscellaneous Index Page