Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15, 2001 PSA #2789
SOLICITATIONS

59 -- RECTIFIER SEMICONDUCTOR DEVICE

Notice Date
February 13, 2001
Contracting Office
Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-01-Q-0101
Response Due
March 14, 2001
Point of Contact
Ms. Diane L. Pearson, Code 1163W7, telephone 812-854-5201, FAX 812-854-3805; Mr. Donal Davis, Contracting Officer
E-Mail Address
click here to contact via e-mail (pearson_d@crane.navy.mil)
Description
This is a combined synopsis/solicitation for noncommercial items prepared in accordance with the format in FAR Subpart 13, 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 N00164-01-Q-0101 applies and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20 and DCN 20001213. The North American Industry Classification System (NAICS) Code is 335999 and the business size standard is 500 employees. This requirement is set-aside for small business concerns. This requirement is as follows: CLIN 0001 Quantity 20 Each Three Phase, Full Wave, Silicon, High Voltage Bridge Rectifier Module, Designed to Operate at 400 HZ, to be manufactured in accordance with Raytheon Drawing 373368. All interested companies may request the drawing. Point of Contact is annotated at the end of this combined synopsis/solicitation. The following is a brief description of the specifications: Military Specifications Minimum of MIL-E-5400; MIL-S-19500; MIL-STD-100; MIL-STD-202; MIL-STD-750; MIL-STD 810; MIL-STD-1285. The following is a brief description of the requirements: The rectifier assembly shall consist of six rectifier legs connected in a three phase full wave bridge configuration. Each leg shall be composed of a series string of non-cavity, hermetically sealed, silicon rectifier elements. The use of diodes which are encapsulated with organic compounds is NOT acceptable. The bridge assembly shall utilize solid encapsulation techniques for assembly. The encapsulation material shall be free of air voids either visible or as evidenced by the failure to pass the corona test One each unit will be subjected to Non-Destructive, First Article Testing if the company has never manufactured the Rectifier. If first article testing is required, delivery of the first article unit shall be 90 days after receipt of award. Following successful first article testing, the remaining production units are due no later than 60 days. If the awardee has successfully manufactured the rectifier, the required delivery is 60 90 days following receipt of the purchase order. NSWC Crane Division's non-destructive first article testing within the NHA will require input of 115 VAC 400 Hz 3-phase power to product high voltage, not to exceed 10 kilovolts DC at 35 amperes/phase. The assembly will be immersed in a tank of Coolanol 35 or Polyalphaolefin. Inspection and acceptance will be at NSWC Crane. Selection for award will be based on past performance and price. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. The following provisions and clauses apply: 52.204-6; 52.207-4 [FILL-IN]; 52.209-6; 52.211-5; 52.211-14 (DO); 52.211-15; 52.213-4; 52.219-1 [FILL-IN]; 52.219-6; 52.213-4 (incorporating 52.247-34); 52.222-21; 52.222-22; 52.222-25 [FILL-IN]; 52.232-23; 52.242-15; 52.242-17; 52.243-1; 52.246-1; 52.246-16; 52.249-1; 52.249-8; 52.252-2; 52.253-1; 252.204-7001; 252.204-7003; 252.204-7004; 252.225-7000; 252.225-7001; 252.225-7002; 252.225-7017; 252.225-7009; 252.225-7017; 252.225-7035; 252.225-7036; 252.243-7001; 252.246-7001. FIRST ARTICLE APPROVAL-GOVERNMENT TESTING (SEP 1989) (FAR 52.209-4) (a) The Contractor shall deliver 1 unit(s) of Lot/Item 1 within 90 calendar days from the date of this contract to the Government at Naval Surface Warfare Center, 300 Highway 361, Attention: Mr. David Durnill, Code 8023DD, Bldg. 41N, Crane, IN 47522 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 30 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contract (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. FAR 52.209-4 (Alternate I) (JAN 1997)(j) The Contractor shall produce both the first article and the production quantity at the same facility. Please provide your Commercial and Government Entity (CAGE) code and Contractor Establishment Code (DUNS number). To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Quotations may be faxed or e-mailed to Diane L. Pearson, FAX 812-854-3805, e-mail address pearson_d@crane.navy.mil. All required information must be received on or before 14 March 01 at 1200 PM Eastern Standard Time. See Note 26. The mission at NAVSEA Crane is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, NAVSEA Crane is conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
Web Link
click here to download copy of RFQ (http://www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20010215/59SOL003.HTM (W-044 SN50D581)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on February 13, 2001 by Loren Data Corp. -- info@ld.com