Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2000 PSA #2728
SOLICITATIONS

99 -- HEARING AID AUTOMATIC COIL WIRING PRODUCTION SYSTEM

Notice Date
November 14, 2000
Contracting Office
Defense Threat Reduction Agency/AM, DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA 22060-6201
ZIP Code
22060-6201
Solicitation Number
DTRA01-01-T-0002
Response Due
November 20, 2000
Point of Contact
Susan Benik (703) 767-4790
E-Mail Address
Susan Benik's E-mail (susan.benik@dtra.mil)
Description
ATTN: This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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. Solicitation number is DTRA01-01-T-0002 and is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This procurement is unrestricted. The provisions at 52.212-1, Instruction to Offerors-Commercial, and any addenda, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, is hereby incorporated with the following factors to be included in paragraph (a): Low responsive, responsible offeror. Offerors must include descriptive literature which demonstrates compliance with the following technical specifications and a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause 52.212-4, Contract Terms and Conditions, and any addenda, apply to this acquisition. The clause 52.215-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. This acquisition is rated DX under the Defense Priorities and Allocations Systems. As a result of negotiations between the U.S. and Russia, request you order the equipment specified below, which is being provided to support Defense Conversion as authorized by the Nunn-Lugar Cooperative Threat Reduction (CTR) legislation. The pricing should address the contract line items numbers as follows: 0001 Hearing Aid Automatic Coil Wiring Production System 0002 Certification Data 0003 Maintenance Manual and System Schematics 0004 Installation and Startup at Istok Audio International 0005 Operation and Maintenance Training at Istok Audio International 0006 Spare parts and consumables 0007 Shipping documentation detailed as follows: 0001. a. Hearing Aid Automatic Coil Winding Production System, one (1) each, G-Services S.A. Limited, Miniphedre 2000 Fully Automated Single-Spindle Coil Winding Production System for Bobbinless Coils or equivalent with the following features: (1) Electric Requirement: Single Phase 230V, 50-60 Hz (2) Air Pressure Requirement: 5-6 bar (3) Able to Use Thermoplast Coated Wire (4) Wire Diameter: 0.01-1.00 mm (5) Maximum Coil Length: 30 mm (6) Maximum Coil Diameter: 100 mm (7) Pitch: 0.001-1 mm (8) Radial Positioning: < 1 degree/min (9) Axial Positioning: 0.005 mm (10) Speed Range: 0-24,000 rpm (11) Integrated Base Cabinets for Electrical and Pneumatic Supply (12) Horizontal Working Guards (13) 3-axis DC-Servo-System for: Main Spindle, Traverse, and Tailstock (14) 32-bit Floating Point Digital Signal Processor (DSP) Control System (15) Windows 98/NT Based Management Control/Programming/Fault Diagnostic System with Internet Connection Capability (16) RS-232 and RS-485 Data I/O Transfer Ports (17) Single Tensioner with Plexi-Cover for Wire Reels up to DIN 200 (18) Tool Set for Coils S40, S80, and S90 (19) Tool Set for Coil A-1 (20) One (1) Year Manufacturer's Warranty Beginning After Final Acceptance of the Equipment Installation and Successful Startup Operations b. Special Items: (1) Equipment safety warnings and control labels shall be printed in Russian and English. (2) All necessary startup filters, fuses, lubricants, etc., for initial system integration and operation shall be furnished by the Contractor. 0002. Certification Data -- The Contractor shall supply all data necessary for certification of the coil winding production system in accordance with Russian Federation regulations. 0003. Maintenance Manuals -- One (1) copy of the operating and maintenance manual and system schematics shall be shipped with the unit in English and one (1) copy in Russian, if available. In addition, the Contractor shall supply one (1) set of the manual and schematics in English with an indication of whether a Russian language version of the manual is available to SAIC/TRSC, Attn: Ken Dunleavy, 6350 Walker Lane, Suite 110, Alexandria, VA 22310 USA no later than 15 calendar days after contract award. 0004. Installation and Startup -- installation and startup of the coil winding production system will be at Istok Audio International, 2A Vokzalnaya Street, Fryazino, Moscow Region, Russia, 141120. POC at Istok is the General Director Mr. Ivan Klimachev. He may be reached via phone at 7 (095) 465-88-21. 0005. Operation and Maintenance Training -- Operation and maintenance training of the coil winding production system will be conducted at Istok Audio International (address in 0004). 0006. Spares and Consumables -- The coil winding production system shall be supplied with spare parts and consumables to ensure normal system operation for a period of one (1) year after installation and startup of the system at Istok Audio International. Spare parts shall include items required for routine preventive maintenance, such as oil filters, air filters, belts, hoses, and hydraulic fluid rather than major overhaul parts. The quantity of spare parts and consumables shall be based on equipment operation for 40-hour workweeks at maximum rated capacity. The initial spare parts and consumables shall be shipped with the coil winding production system. 0007. Shipping Documentation -- No later than 10 calendar Days After Contract award (DAC) the Contractor shall provide two (2) each hardcopy and two (2) each electronic copies on 3.5 inch floppy diskette in either Microsoft Excel Version 5.0 format or ASCII of the complete Master Inventory List, inclusive of all training, documentation, component parts, spares, and consumables for all deliverables, for each and every shipment the Contractor shall initiate under the provisions of this contract to the CTR Transportation and Logistics Support Project Manager, DTRA -- CTL, Fort Belvoir, VA. The list shall consist of a valued item inventory list (showing the Noun Name Description, United States Export Commodity Control Number (ECCN), if applicable, quantity of each item packed, individual item weight, value of each item packed, extended value of the line item and the total value of each separate shipment. This list shall also be provided for review by the cognizant DCMAO. Delivery of each separate shipment by the Contractor shall not be accepted by the Government until the government representative verifies that all items checked on the Master Inventory List are included in the shipment as delivered. Special note: abbreviations are not allowed on the Master Inventory listing as foreign customs officials cannot translate them. ITEM | DESCRIPTION | ECCN | ITEM WGT | QTY | VALUE | EXT. VALUE [United States Export Commodity Control Numbers (ECCNs) are found in the Export Administration Regulations, Commerce Control List, Part 774. Additionally, small quantities of materials can be classified through the U.S. Department of Commerce, using part 748.3 of the Export Administration Regulations. These publications are available through local U.S. Department of Commerce District Offices.] b. Thirty days prior to availability for shipping, the Contractor shall provide shipment, planning, and transportation documentation for the equipment provided under this contract. This documentation shall include, but not be limited to: (1) Front, back, and side view diagrams showing transportation configuration with all export shipping/packing dimensions, weights, and center of gravity for major pieces that will not fit inside ISO seavans. (2) Packing lists for each crate or pallet, including weights and dimensions of all crated or palletized pieces (including spares and consumables). (3) A hard copy of the consolidated inventory/packing list, related hazardous material safety data sheets, valued item inventory list (showing the Noun Name Description, United States Export Commodity Control Number (ECCN), if applicable, quantity, value of each item packed, extended value of the line item and the total value of the shipment) and a 3.5 inch floppy disk containing the same information in Microsoft Excel and/or ASCII based format. If applicable, documentation shall be segregated by seavan (i.e., Seavan 1, Seavan 2, etc.) and all items contained in each seavan shall be listed on the appropriate inventory/packing list. Each list shall be provided for review by the cognizant DCMAO. The Contractor shall forward a copy of each to the DTRA/CTR Transportation Program Manager, Code CTL, and the DTRA-contracted carrier prior to shipment pick-up. (4) Special shipping requirements, to include loading, blocking, bracing into ISO seavans, or onto trailers or railcars. (5) Special lifting and handling instructions for safe transport. Lifting points, center of gravity, other special instructions (i.e., this end up, fragile, etc.) shall be clearly marked on the exterior of the packaging or directly on the cargo. (6) Material Safety Data Sheets (MSDSs) for all hazardous material included in the shipment (these shall be separated by packing list). (7) Location, address, point of contact, telephone, fax, and e-mail contact for pick-up location. (8) Capability for off-load/on-load of equipment or shipping containers (seavans (20', 40') and flatrack). Other information: 1) Offers are due 20 November 2000 via fax 703-767-4675 to Susan Benik. 2) In case it may later be found necessary for the Contracting Officer to issue an amendment, offerors must provide written Address information to the contract negotiator, Susan Benik at FAX (703) 767-4675. The address information must be provided before the RFQ closing date, specifically, within two(2) days of CBD publication date. 3) POC is Susan Benik at (703) 767-4675. 4) Delivery: All equipment will be FOB Origin and shall be ready for pick up by April 30, 2001. 5) Packaging, Marking and Shipping Information can be requested via e-mail at susan.benik@dtra.mil
Record
Loren Data Corp. 20001116/99SOL003.HTM (W-319 SN506660)

99 - Miscellaneous Index  |  Issue Index |
Created on November 14, 2000 by Loren Data Corp. -- info@ld.com