Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,2000 PSA#2512

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

59 -- COAXIAL MAGNETRON TUBES SOL N00178-00-R-3011 DUE 011800 POC sd13 (540) 653-7765 WEB: Dahlgren Division, Naval Surface Warfare Center, http://www.nswc.navy.mil/supply. E-MAIL: Dahlgren Division, Naval Surface Warfare Center, sd13@nswc.navy.mil. This is a combined synopsis/solicitation for one commercial item prepared in accordance with the format in FAR Subpart 12.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Simplified Acquisition procedures will be used in accordance with FAR 13.5. The solicitation number for this procurement is N00178-00-R-3011 and this combined synopsis/solicitation is a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect in the Federal Acquisition Circular 97-14 and DFARS Change Notice 22 dated November 1999. The resulting contract will be Firm Fixed Price. Standard Industrial Classification Code is 3671 -- 750 employees. This requirement is for Magnetron Electron Tubes with WR650 to 3.125 inch EIA transitions. The Contractor shall provide the following: CLIN 0001 -- Quantity of four Magnetron Electron Tubes with WR650 to 3.125 inch EIA transitions and two additional transitions. DESCRIPTION: C.1 Item Definition: This document describes a magnetron electron tube to be used for generation of high-power electromagnetic environments in the 1.525 -- 1.625 GHz frequency range in support of the Navy's HERO and EMV test programs. Test procedures must be provided stating if all specifications are met by test/measurement, details of test procedures, NIST Traceable Standards; test specifications must show test results documentation, tables/graphs/applicable drawings and overall quality of test report as provided with offer. CLIN 0001 -- Four Electron Tube, Magnetron, 1.525-1.625 GHz minimum, 1.0 MW Peak Power Output minimum, 1.0 kW Average Power Output minimum. Pulse Width Range of 1.0-4.0 microsecond minimum. Duty Cycle of 0.002 minimum. Cooling to be forced air. Filament Voltage is 30 Vac Maximum. Filament Current is 30 A Maximum. Pulse Voltage is 50 kV maximum. Peak Current is 70 A maximum. Output Flange is 3.125 inch EIA (Transition to 3.125 EIA Flange must be removable and capable of outputting to either side of the magnetron.) Depth, Width, Height above mounting plate and Height below mounting plates as well as Output is as shown on drawings provided on the Dahlgren Homepage at http://www.nswc.navy.mil/supply. Cathode and heater leads shall be nominally 12 inches in length and clearly identified. The magnetrons shall be warranted for a minimum of 1 year from shipment date. The magnetron shall be manually tunable and equipped with a hand knob with a numeric scale. The magnetron shall be capable of normal operation without electrical breakdown with the input bushing at normal atmospheric conditions (e.g., no oil bath). All materials used shall be newly manufactured. The tube shall be capable of normal operation prior to and immediately after exposure to 15 g impact shocks, 11 plus/minus 1 ms in duration. 18 shocks shall be delivered; 3 each axis per direction. The tube shall be capable of normal operations prior to and immediately after exposure to 25 and 50 Hz simple harmonic vibration. The tube shall be vibrated in all three axes for a period of one minute with double amplitude of 0.080 inches (total excursion). The magnetron shall be capable of maintaining a pressure of 25 psia applied to the output window with no leaks evident. DESCRIPTION: C.1 Item Definition: Please see above. BEST VALUE EVALUATION CRITERIA: 1.0 This requirement will be evaluated on a Best Value basis. 2.0 Minimum Requirement Methodology -- each offeror will be evaluated to determine if their proposal meets the minimum requirements as stated above. 3.0 Added Value Methodology. There are two elements which have added value to the Government. Past Performance is essentially two times as important as the other added element, Performance. Performance -- exceeds the minimum requirements for frequency range, peak power output, duty cycle, tube life warranty, availability of on-site support and test procedures which demonstrate thatall specifications are met. It is desired that all offerors be ISO 9001 registered. Past Performance -- Each offeror shall provide the name and points of contact (to include e-mail addresses and facsimile numbers) of the last five sales to whom they have provided the same or similar equipment. Each reference/point of contact will be asked to rate the quality of the product, timeliness of delivery, product support, and cost control. Past performance is essentially two times as important as the added value element Performance. 4.0 Price is not scored in this evaluation and is not considered the most important evaluation factor. The importance of price as an evaluation factor will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. After evaluation of the technical and price proposals, cost may be the deciding factor for selection, depending on whether a highly evaluated technical proposal warrants the evaluated price difference. 5.0 Specific Evaluation Criteria: Minimum Requirements -- See CLIN 0001 description above. Added Value Items: There are two added value elements of the description in which exceeding the minimum requirements are an added value to the Government. DELIVERY SCHEDULE: All deliveries shall be inspected and accepted at a point of destination, and delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 as follows: CLIN 0001, 9 months after contract award. FAR 52.212-1, Instructions to Offerors -- Commercial Items and the Clause FAR 52.212-2, Evaluation -- Commercial Items (Evaluation factors: Performance and Past Performance) apply to this solicitation and are hereby incorporated by reference. Offerors shall include a completed copy of the Clause at FAR 52.212-3 Alt 1, Offeror Representatives and Certifications -- Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications -- Commercial Items with their offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, apply to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to implement Statues or Executive Order -- Commercial Items, Subparagraphs (a), (b) 1, 5, 11, 12, 13, 14, 15, 22, 23 (d) and (e) apply to this acquisition. The Clause at DFAR 252.212-7001, Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items -- paragraphs (a) and (b) subparagraphs DFAR Clauses 252.225-7012, 252.227-7015, 252.227-7037 and 252.247-7024 apply to this acquisition and are hereby incorporated by reference. DFAR 252.204-7004, Required Central Contractor Registration is also hereby incorporated by reference. The Contractor shall provide a copy of their warranty and any descriptive literature, brochures, etc., with their proposal. The offer must: (1) be for the item described above; (2) be FOB Destination to this Center; (3) include the proposed delivery schedule and the discount/payment terms and warranty duration; (4) shall provide information concerning availability of on-site support; (5) must be signed by an authorized company representative; (6) include name of authorized negotiator along with telephone number, facsimile number and e-mail address (if available); and (7) include their taxpayer identification number (TIN), Cage Code Number and DUNS number. This procurement is rated DO-A7. Offers are due by 18 January 2000, no later than 2:00 PM (local time/EST) to: Code SD13, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 or by express mail or hand carried to the above address at Building 183. Contact sd13 at 540-653-7765 for further information and/or any questions. FACSIMILE OFFERS WILL NOT BE ACCEPTED. All responsible sources may submit an offer, which shall be considered by this agency. Quotes must include the size status of the company and adequate information to determine whether the proposed item will meet the terms and conditions cited above. Award is anticipated within 45 days of the date quotes are due. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division is implementing Electronic Commerce (EC) in the acquisition area, therefore, synopsis and resulting solicitations with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/supply. NOTE: Due to the relative remoteness of the Naval Surface Warfare Center, Dahlgren Division located at Dahlgren, Virginia, there has been a history of bids/proposals sent via one-day delivery service still not being received in a timely manner. Offerors are thus advised to be aware of FAR 14.304 and 15.208 and to take proper steps to assure timely receipt of their bids/proposals at the Naval Surface Warfare Center, Dahlgren, Virginia. Posted 01/06/00 (W-SN413656). (0006)

Loren Data Corp. http://www.ld.com (SYN# 0237 20000110\59-0006.SOL)


59 - Electrical and Electronic Equipment Components Index Page