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