Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,2000 PSA#2513

Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB, FL, 32403-5526

59 -- INSTRUMENTATION CABLE TO SUPPORT EXPLOSIVE ORDNANCE DISPOSAL SOL F0863700T0232 DUE 012000 POC Chris Pollitz, Contract Specialist, Phone 850 283-8610, Fax 850 283-3963, Email christopher.pollitz@tyndall.af.mil -- Tommy Leos, Contract Specialist, Phone 850 283-8620, Fax 850 283-3963, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F0863700T0232 &LocID=511. E-MAIL: Chris Pollitz, christopher.pollitz@tyndall.af.mil. The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of INSTRUMENTATION CABLE TO SUPPORT EXPLOSIVE ORDIANCE DISPOSIAL PROGRAM Subject: Specifications for 14 inch instrumentation cable. 1. Conductors A. Number of conductors _ 4 B. Type of conductors -- #22 AWG stranded @ 19 x #34 tinned copper, 5/16_ left hand lay. C. Insulation _ polyethylene 0.015_ thickness D. Diameter over insulation _ 0.062_ E. Wire color _ white, black, red, green 2. Cabling: A. Lay _ 1 34_ left hand B. Arrangement _ black and green 180 degrees opposite, white and red 180 degrees opposite on any cut-end view C. Tape _ 0.0001_ transparent polyester, tape spirally applied with 50% lap D. Core diameter _ 0.144_ nominal 3. Shield: A. Type _ single braid B. Construction _ 24 cords, 4 x #34 tinned copper C. Coverage 86.9% 4. Jacket: A. Type _ polyvinylchloride compound B. Color _ white C. Thickness _ 0.040_ nominal, 0.035_ minimum D. Overall diameter _ 0.254_ nominal E. Cold bend _ 40 degrees Fahrenheit 5. Electrical Data: A. Voltage breakdown _ withstand 2000V @ 60HZ for 1 minute B. Insulation resistance at 500V _ 15000 Megohm/1000 feet minimum C. Shield resistance _ 3.2 OHM/1000 feet nominal D. Conductor resistance _ 15 OHM/1000 feet nominal E. Capacitance _ conductor to shield 35 pF/foot nominal F. Capacitance _ conductor to conductor 20 pF/foot nominal 6. Spooling: A. 90% or greater of order to be shipped in continuous length spools of 5000 feet +10%, -0%. 10% or less of order may be shipped in continuous length spools of 1000 to 5000 foot spools. 7. Quanity a. 250000 Feet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The solicitation number is F08637-00-T0232 issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The Standard Industrialization Code is 3357, size standard 1,000. Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror_s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror_s; therefore, each offeror_s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is Tyndall AFB FL. The required delivery date is 20 FEB 00. Contractor shall provide allmaterials, labor, and transporation necessary to delivery the items. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (JAN 1999) and FAR 52.252-2 (JAN 1999), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items (JAN 1999). Award will be made to the offeror whose proposal represents the best value to the Government. Alternative proposals are encouraged. The minimum requirements as set forth in the specifications reflect the Government_s desired features. However, alternative proposals demonstrating technically equivalent or technically superior performance characteristics than those outlined in the specifications will be considered. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (FEB 1999) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: _Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government._ ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items (JAN 1999); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct 1995); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); FAR 52.225-18, European Sanction for End Products (Jan 1996); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy American Act _ Trade Agreements _ Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act _ Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests for Equitable Adjustment (MAR 1998). Quotes should reference RFQ No. F08637-00-T0232. Offers must be sent in writing/fax or e-mail to the Purchasing Agent Christpopher L. Pollitz, SSgt, USAF no later than 20 Jan 00 at 2:00 P.M. (CST) to 325 CONS/LGCC ATTN: ChristopherL Pollitz, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contact the administrator Christopher L. Pollitz at (850) 283-8649 or Tommie Leos at (850) 283-8651. You may also email Posted 01/07/00 (D-SN414136). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0199 20000111\59-0001.SOL)


59 - Electrical and Electronic Equipment Components Index Page