Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

59 -- VIBRATION TEST SYSTEM SOL N00421-99-R-1665 DUE 083199 POC Charles Littleton (301)342-1825 ext.122 E-MAIL: LittletonCK@navair.navy.mil, LittletonCK@navair.navy.mil. The following is a combine Synopsis/Solicitation in accordance with the Streamline Solicitation for Commercial Items (FAR 12.603). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-99-R-1665 is issued as a request for proposal (RFP). DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror ineligible for award. Please ensure compliance with this regulation when submitting your offer. Call 1-888-227-2423 or view at http://ccr.edi.disa.mil for more information. The Naval Air Warfare Center Aircraft Division, Airborne Instrumentation, has a requirement for a Vibration Test System which includes a shaker, power amplifier and slip table assembly. The system will be used to test airborne instrumentation. Aircraft instrumentation as used at the Naval Air Warfare Center/Aircraft Division (NAWCAD), Patuxent River is subjected to extreme conditions and must be tested in accordance with those elements anticipated. This requirement is being procured in accordance with FAR Part 12 as a competitive, small business set-aside acquisition. The resultant award shall be a firm fixed price contract. CLIN 0001-The vibration system must consist of a shaker, power amplifier and a slip table. The Shaker must have a 12,000 pound peak Sine output force rating, a 2 inch displacement, and a 17.5 inch diameter table with floor vibration isolation, and an external cooling blower. The Slip table must have a 36 X 36 inch plate with a 4 X 4 inch grid load attachment pattern with -13 threaded inserts. The slip table must have a circulating oil system and provide for guidance control of lateral movement. The Power Amplifier must have as a minimum complete compatibility with the Vibration System procured under this S.O.W. and 45 KVA output (direct coupled), EMI shielded console, voltage and current monitoring, and input signal detection circuitry. All necessary items required for assembly, set-up, installation and start-up shall be included. When installation is complete, a system checkout shall be performed to ensure proper operation. A one day training session will be provided to train personnel in the operation of the system. This shall be performed within one week of final installation and system checkout. The system must interface, with no retooling, realignment of apparatus, or substantial/costly reconfiguration to the existing PC based controller data acquisition unit; an upgraded Northstar 408 integrated unit. The contractor/vendor shall deliver operator's manual(s) (one per unit) for functional process requiring operator control. As a minimum the manual(s) shall include Principles of Operation, Operating Instructions, Functional Descriptions, Interface Specifications, Programming Instructions, Maintenance Instructions, Assembly/Disassembly Instructions, Product Specification (describes the capability of the unit), Installation Instructions, Troubleshoot Tables, telephone/E-Mail addresses where direct assistance can be found, and including nominal physical data, tolerances, and environmental data and any uncertainty data when applicable. The contractor/vendor shall include specification data sheets which contain as a minimum quality assurance tests performed (and results) under what conditions, physical dimensions by component and after assembly, input/output characteristics, environmental specifications, and performance characteristics, wiring diagrams, and maintenance requirements. Delivery of items shall occur within 90 days from time of award to Hanger 101, room 9 or 47765 Ranch Rd., Patuxent River, MD. Items shall be shipped FOB destination and inspection and acceptance at destination. This announcement incorporates provisions and clauses effective through FAC 97-13 and DCN 19990809. The following clauses and provisions are incorporated: FAR 52.212-1, Instructions to Offerors -- Commercial; FAR 52.212-2, Evaluation Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items [in which, only following apply: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disable Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Actions for Workers with Disabilities; 52.222-37, Employment Report on Disable Veterans and Veterans of the Vietnam Era; 52.225.18, European Union Sanction for End Products; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-34, Payment by Electronics Funds Transfer-Other Than Central Contractor Registration.] Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items [in which, only the following apply: 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.243-7002, Certificate of Requests for Equitable Adjustments.] The contractor/vendor shall extend the Government full coverage of any standard commercial warranty normally offered on a commercial procurement. Acceptance of this warranty does not waive the Government's rights under the Inspection Clause (52.212-4[a]), nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance. Award will be made to the offer that meets the solicitation's minimum criteria for acceptable award at the lowest cost or price. Past performance will be the deciding factor among technically acceptable proposals with equivalent prices. It is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, three invoices for the same equipment, etc. Offerors' are strongly encouraged to submit their best offer in the original proposal submission, as the Government intends to evaluate and make an award without conducting discussions with offerors in accordance with FAR 52.212-1. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time of acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All responsible sources may submit a proposal which shall be considered by the agency. Offers are due to Chuck Littleton, Code 25521C, Aircraft Support Contracts Department, Bldg. 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Patuxent River, MD 20670-1463 by 2:30 P.M. Eastern Standard Time 31 Aug 1999. Facsimile responses are acceptable. The anticipated award date is 30 September 1999. For information regarding this synopsis/solicitation contact Chuck Littleton at (301) 342-1825 x122. For copies of FAR go to http://www.arnet.gov/far/facframe.html, and of DFARS go to http://farsite.hill.af.mil.vfdara.htm. See CBD Numbered Note(s): 1. Posted 08/16/99 (W-SN368384). (0228)

Loren Data Corp. http://www.ld.com (SYN# 0280 19990818\59-0004.SOL)


59 - Electrical and Electronic Equipment Components Index Page