|
COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1999 PSA#2381Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW,
Washington, DC 20375-5326 66 -- GIMBALLED POSITIONING SYSTEM SOL N00173-99-R-AJ04 POC Jackie
Anderson, Contract Specialist, Code 3230.AJ, (202)767-3698, Carol
Parnell, Contracting Officer E-MAIL: click here,
anderson@contracts.nrl.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation 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. This
solicitation number, N00173-99-R-AJ04, is issued as a request for
proposal (RFP). The incorporated provisions and clauses of this
acquisition are those in effect for Federal Acquisition Regulation
(FAR) through Federal Acquisition Circular 97-11 and for Defense
Federal Acquisition Regulation Supplement (DFARS) through Defense
Acquisition Circular 91-13. The small business size standard for this
acquisition is 100 employees and the standard industry code (SIC) is
5049. This is 100% small business set-aside. The Naval Research
Laboratory has a requirement for CLIN 0001, Gimballed Positioning
System, 1 LO. Specifications for Positioning System: PEDESTAL Accuracy
-- +/- 0.0014 degrees (+/- 25 micro-radians); Repeatability -- +/-
0.0014 degrees (+/- 25 micro-radians); Velocity -- 0.001 degrees to 90
degrees sec-1 (nominal); Acceleration -- 90 degrees sec-2 (nominal);
Travel -- Azimuth +/- 180 degrees -- Elevation -15 degrees to 95
degrees; Weight -- 100 lbs.; Resonant Frequency -- Azimuth > 30Hz;
(at rated load inertia) Elevation > 40Hz; Bearing Wobble --
<0.0014 degrees (25 micro-radians); Non-orthogonality -- <0.0083
degrees (145 micro-radians); Motor Torque (Peak) 20 ft. lb. AZ, 10 ft.
lb. EL; Resolver Precision (digital) -- 20 bits (6 micro-radians);
Payload -- 150 lbs.; Yoke -- Support 21 inch load; Power -- 120 volt AC
+/- 10% (single phase), 60 Hertz +/- 3% with ground; Operating
Temperature -- 15 degrees to 120 degrees F; Survive Temperature -- -5
degrees to 130 degrees F; Rain -- Weather-tight seals; Operating
Humidity -- 0% to 95% relative humidity; Operating Wind -- 0 to 45 MPH;
SurviveWind -- 0 to 115 MPH; Operating Ice Load -- 2 lbs/ft2; Survive
Ice Load -- 5 lbs/ft2; Operating/survive Dust Particles -- 10
micrometers. CONTROLS -- The servo control system shall be enclosed in
a NEMA 19 inch standard enclosure less than 6 feet in height and less
than 36 inches deep (less than 24 inches wide). It must include an EIA
standard rack. The servo control system shall contain the power
supplies, power amplifiers, and rate loop electronics to provide stable
operation of the pedestal. The control interface to a host computer
(the host computer is not part of this contract) shall be serial RS-422
and RS-232 lines formatted to a standard Interface Control Document
(ICD) provided by the contractor. At a minimum, the host controller
shall be able to command the position of the pedestal, receive position
data from the pedestal in real time, and be capable of commanding the
operational mode of the pedestal to include Standby, Joystick, and
Position Designate. Manual command via a joystick shall also be
provided. The host computer and joystick shall be able to operate a
minimum of 100 feet from the servo control system. The control
interface shall support commands through position, velocity, or both,
and it shall support commands for direct return to Stow and Home
positions. The control unit shall support interface to a video tracker.
It shall support variable frame rates up to 100 Hertz. The maximum
weight of the servo control system shall not exceed 100 lbs. CABLES --
All interconnecting cables between the pedestal and the servo control
system shall be provided and shall be a minimum of 50 feet long. The
cables for the joystick operation shall also be provided and shall be
a minimum of 150 feet long. (The cable to the host computer is not part
of this contract.) DOCUMENTATION -- The contractor shall provide the
standard interface ICD (including all commands, pin outs, voltage and
current levels), operation and maintenance manuals, and test data on
the positioning system taken during standard contractor internal check
out. The required delivery schedule is not later than 15 weeks from
contract award. The contractor shall deliver the system (all shipping
charges paid) to FOB Destination, Naval Research Laboratory,
Washington, DC 20375. Inspection and Acceptance will take place within
seven (7) days of delivery. The following clauses and provisions are
hereby incorporated by reference into this solicitation. Offerors are
advised to propose in accordance with the provision at FAR 52.212-1
Instructions to Offerors -- Commercial Items which applies to this
acquisition. Offerors will be evaluated in accordance with FAR
52.212-2, Evaluation -- Commercial Items which applies to this
acquisition. The specific evaluation criteria under paragraph (a) of
FAR 52.212-2 are: (1) technical capability of the item offered to meet
the NRL's need, (2) price, and (3) past performance. Technical and
past performance factors, when combined, are of equal importance in
comparison to price. Offerors are also advised to include with their
offer a completed copy of the following provision: FAR 52.212-3,
Offerors Representations and Certifications -- Commercial Items which
applies to this acquisition and can be found at the following web site:
http://heron.nrl.navy.mil/contracts. FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items, applies to this acquisition. The
following addendum to the clause is as follows: "YEAR 2000 COMPLIANT
INFORMATION TECHNOLOGY -- This requirement applies to information
technology (IT) that processes date-related information. All such IT
delivered under this contract shall be Year 2000 compliant as defined
at FAR 39.002." FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items, applies to
this acquisition. The additional clauses cited under FAR 52.212-5,
that are applicable to this acquisition are FAR 52.203-6, 52.219-8,
52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-18,
52.225-19 and 52.247-64.DFARS 252.212-7000 Offeror Representations and
Certification -- Commercial Items, which are available electronically
in full text at http://heron.nrl.navy.mil/contracts/reps&certs.htm.
The clauses at DFARS 252.212-7001, Contracts Terms and Conditions
Required to Implement Statutes Applicable to Defense Acquisitions of
Commercial Items, applies to this acquisition. The additional clauses
cited under DFARS 252.212-7001 that are applicable to this acquisition
are: DFARS 252.225-7001, 252.225-7012, 252.227-7015, 252.225-7036,
252.227-7037, 252.243-7002, and 252.247-7024. The contractor shall
include the terms of the following clauses 252.204-7004 and
252.232-7009, which apply to this acquisition. Any contract awarded as
a result of this solicitation will be a DO rated order certified for
national use under the Defense Priorities and Allocations System (DPAS)
(15.CFR 700). Any questions regarding this solicitation must be
received no later than five (5) days prior to the closing date set
forth below. Offers must be delivered to Contracting Officer, Code
3230.LS, Bldg. 222, Rm. 115A, Naval Research Laboratory, 4555 Overlook
Ave., SW, Washington, DC 20375-5326 and received no later than 4:00 PM
EST on 2 August 1999. The package should be marked with the RFP number
and the closing date of the solicitation. For information regarding
this solicitation contact Jackie Anderson, Contract Administrator, at
(202) 767-3698 or via e-mail at anderson@contracts.nrl.navy .mil. All
responsible sources may submit a proposal, which shall be considered by
the agency. See Note 1. Posted 07/01/99 (W-SN349267). (0182) Loren Data Corp. http://www.ld.com (SYN# 0397 19990706\66-0026.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|