COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2001 PSA #2931
SOLICITATIONS
61 -- 70KW RADIO-FREQUENCY (RF) POWER SUPPLY SYSTEM AND A MATCHING NETWORK
- Notice Date
- September 5, 2001
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- 27-3615-01
- Response Due
- September 17, 2001
- Point of Contact
- Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, Email lbotella@naa.ars.usda.gov -- Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558, Email elegates@naa.ars.usda.gov
- Description
- The USDA, Agricultural Research Service requires a new 70kW Radio-Frequency (RF) Power Supply System and Matching Network to be furnished and delivered at their facility in Wyndmoor, Pennsylvania in accordance with the terms, conditions, and specifications contained in the document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Format in Subpart 12.6 as supplemented with additional information included in this notice. Prices are being requested and a written solicitation has been issued. CONTRACTORS WHO ARE INTERESTED IN RECEIVING THE SOLICITATION, DRAWINGS OR ANY FUTURE AMENDMENTS MUST REGISTER IN WRITING TO BE INCLUDED ON THE MAILING LIST. FAX YOUR REQUEST WHICH INCLUDES THE SOLICITATION NUMBER, TITLE, CONTACT NAME, MAILING ADDRESS (STREET NAME IS PREFERRED), TELEPHONE AND FACSIMILE NUMBER S TO THE CONTRACTING OFFICE LISTED ABOVE. REQUESTS SENT BY E-MAIL ARE NOT ACCEPTABLE. The Solicitation number 27-3615-01 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This procurement is unrestricted. The NAICS is 335999 with a size standard of 500 employees. SCHEDULE OF ITEMS- Item no. 01, Furnish and deliver a new 70kW Power Supply and a Matching Network in accordance with the terms, conditions, and specifications contained in this document; UNIT 1=3DEA, UNIT PRICE: $______ and AMOUNT: $_______. GOVERNMENT RESPONSIBILITIES -- The Government shall be responsible for providing all necessary facility electrical hookups; and 2) Designating a Contracting Officer's Representative (COR) at the time of award who will be responsible for coordinating delivery, installation and acceptance. DESCRIPTIVE LITERATURE -- Companies are REQUIRED to submit descriptive literature on the product being offered. Descriptive literature must be submitted with the offer even if it has been submitted previously. This literature MUST address all aspects outlined in the specifications. If an area is not addressed in the literature, companies must submit a written substantive statement describing such area. Failure to submit descriptive literature may render the offer nonresponsive. BRAND NAME INFORMATION AND LITERATURE -- Offerors are required to identify the brand and type of equipment offered and provide the descriptive literature even if literature has been submitted previously. Failure to submit this literature will render the bid nonresponsive and ineligible for contract award. Offerors must identify the brand and type of equipment being offered in the space below: POWER SUPPLY BRAND: ____; MAKE/MODEL: ____; MATCHING NETWORK BRAND: _____; MAKE/MODEL: ______. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE-All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at //www.access-board.gov/sec508/508standards.htm -- PART 1194. This standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology devise, but merely requires that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor's website or other readily available location (specify). GENERAL SPECIFICATIONS -- The USDA, Agricultural Research Service (ARS) requires a new RF Power Supply System and a Matching Network to be furnished and delivered to the USDA, ARS, ERRC located in Wyndmoor, PA. The system will be comprised of the power supply and a matching network and will be coupled to a Government supplied, resistive load. The Contractor will supply the equipment including controls and the matching network. The unit will be used for general scientific research in studies on liquids (juices). TECHNICAL SPECIFICATIONS -- The RF power supply shall be solid-state design. It will operate at a minimum of 70kW covering a continuous 30kHz band within the frequency range of 10-50kHz. The output voltage will be at least 1000 Vrms into a matching network. The matching network will transform the impedance of the load to the impedance required by the RF power supply. The matching network shall match the output of the power supply to the government supplied, resistive load. The matching network shall deliver 70kW over the specified frequency range when coupled to a resistive load that will be between 100 and 1000 ohms. The load resistance will not be varied during operation, so, multiple taps or multiple networks are acceptable to cover the complete range of load resistance as an alternative to a single network, variable across the entire range. The RF supply and matching network shall be suitable for either bench, floor, or rack mounting. One or more sets of terminals shall be provided for RF power outputs. An RS-232 interface shall be provided for remote collection of operating parameters. An additional set of auxiliary terminals shall be provided to allow remote shutdown of the power supply via external safety interlocks. The System shall be provided with controls, at a minimum, for output voltage, amperage and frequency, AC input power on/off, RF power on/off, and emergency stop. Operating controls shall be provided to vary output power continuously from zero to full power. The control panel shall provide readouts for operating voltage, amperage, and frequency. Indicators shall be provided for AC input and RF power status. Available power supplied to the cabinet is 208V-3ph, 60Hz; 220V-1P and 115V-1P are also available. Any necessary transformers or power conditioners shall be supplied by the Contractor as part of this requirement. The system and software must meet the Section 508 Accessibility Compliance Clause. All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194. Used equipment is not acceptable. SERVICE REQUIREMENTS -- All components that require occasional service shall be readily accessible. Special tools required for normal servicing shall be provided with the unit. SAFETY -- The unit shall be designed to prevent operation in an unsafe condition. It shall meet all OSHA, NEMA, FCC and other relevant codes. PACKING AND SHIPPING -- The unit shall be packed for shipment in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce regulations, Uniform Freight Classification rules, or regulations of other carriers as applicable to the mode of transportation. The unit must be delivered through a door having an opening of 10 feet wide and 11 feet-8 inches high. Inside the building, a 5-ton crane and a 2-ton fork lift truck are available for unloading. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination, Within Consignee's Premises clause to: USDA, ARS, NAA, Eastern Regional Research Center (ERRC), 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn: Shipping & Receiving, P.O. #: ____. SCHEDULE OF DELIVERABLES -- The system and all required documentation shall be delivered in accordance with FAR Clause 52.247-35, F.O.B. Destination within Consignee's Premises, to the USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, within ninety (90) calendar days after receipt of the purchase order. Also refer to the Document requirements in Section A.13. Delivery shall be made within the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays and shall be scheduled with the COR named at the time of award. Acceptance shall be made at destination. DOCUMENTATION -- The Contractor shall provide three (3) copies of the arrangement drawings, installation drawings, wiring schematics within thirty (30) days after receipt of the order. The Contractor shall provide three (3) copies each of the operation, repair, maintenance manuals, lubrication and service instructions, operating instructions upon delivery of the equipment. INSTALLATION -- The Government shall install the equipment. WARRANTY -- A one (1) year, standard commercial warranty must be provided for this equipment. A copy of the warranty must be provided with the offer. Failure to submit a copy of the warranty may render the offer nonresponsive. Following installation by the Government, the Contractor shall provide technical support and warrant the unit in accordance with the standard commercial warranty. ADDITIONAL QUOTATION INFORMATION -- Telegraphic or facsimile quotations are not acceptable. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. Addenda to FAR Clause 52.212-1 -- 1) Item (b) Submission of Offers is amended to include the following: Submit your quotation, acknowledgement of amendments (if any), Brand Name Information and Descriptive Literature (A.5), Section 508 Compliancy Information (A.6), Warranty (A.15), Evaluation Information (D.4) and the Certifications at FAR 52.212-3 (D.5) to USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. 2) Item (c) Period of acceptance of offers is amended to 60 calendar days. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph(a) of that provision: Technical Capability, Past Performance and Price. Technical Capability and Past Performance shall be scored on a "Pass/Fail" basis. Award shall be based in the technically acceptable, lowest priced offer inclusive of all line items. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. ADDENDA TO FAR CLAUSE 52.212-2 -- Deletes item D.3(b). EVALUATION FACTORS FOR AWARD-FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price. Each offeror is required to furnish a written statement, descriptive literature, or other documentation, manufacturer or brand name of the item, and show how the offered items and/or product meets or exceeds the requirements as specified in the Specifications. 1. TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature and includes (a) Technical features; (b) Section 508 Compliancy; and (c) Warranty information. Each offeror is required to furnish descriptive literature, Section 508 Compliancy, and warranty information for each component. Documentation is to be furnished to show how the offered item is in compliance with the statement of work or how it exceeds the statement of work. Documentation is required for extended warranties in accordance with Section A. Technical capability will be based on product literature and includes: (a) Technical features; (b) Section 508 Compliancy; (c) Warranty information. 2. PAST PERFORMANCE. Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating of "pass". In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a same nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Item description. 4. Service contract type, period of performance, and price. 5. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3. PRICE. Price includes all equipment, supplies, materials, shipping, warranty, and discount terms. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (g)- Invoices shall be submitted in an original after acceptance of all items, to the Contracting Officer. 3. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/. 52.214-21, DESCRIPTIVE LITERATURE ; 52.214-34 -- SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991); 52.214-35 -- SUBMISSION OF OFFERS IN US CURRENCY (APR 1991); 52.227-19, COMMERCIAL COMPUTER SOFTWARE-RESTRICTED RIGHTS (JUN 1987); 52.242-17, GOVERNMENT DELAY OF WORK (APR 1984); 52.247-35 -- F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES (MAY 2001). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies; 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.225-3 (ALT II) Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.247-64, Preference For Privately Owned U.S.-Flag Commercial Vessels. Responses are due on SEPTEMBER 17, 2001 by 2:00 p.m. local time, to the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USDA/ARS/NAAO/27-3615-01/listing.html)
- Record
- Loren Data Corp. 20010907/61SOL008.HTM (D-248 SN50W8A0)
| 61 - Electric Wire and Power and Distribution Equipment Index
|
Issue Index |
Created on September 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|