SOLICITATION NOTICE
20 -- Low Intensity LED Marine Lantern
- Notice Date
- 8/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- DTCG23-03-R-T43014
- Response Due
- 9/12/2003
- Archive Date
- 10/13/2003
- Point of Contact
- Diane Bethea, Contract Specialist, Phone 202-267-0814, Fax 202-2674019, - Cecelia Royster, Contracting Officer, Phone (202) 267-2525, Fax (202) 267-4019,
- E-Mail Address
-
dbethea@comdt.uscg.mil, croyster@comdt.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS AND SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is DTCG23-03-R-T43014, which is a request for quote (RFQ). NAICS code is 335129. Small Business size standard is 500 Employees. The proposed contract is 100% set-aside for small business concerns. Delivery of the Low Intensity LED Marine Lantern is 90 days after award date. The U. S. Coast Guard wishes to purchase 375 Low Intensity LED Marine Lanterns; 100 LED Lantern, White; 10 LED Lantern, Yellow; 130 LED Lantern, Red; 135 LED Lantern, Green. Manufacturer?s Literature is required for all items. The U. S. Coast Guard wishes to convert approximately 450 aids to navigation deployed on fixed platforms that use the 12-volt, 0.25-ampere lamp in an omnidirectional lantern. These lamps are difficult to manufacture, in short supply and require more frequent service visits due to their short life. There are Commercial-Off-The-Shelf (COTS) Light Emitting Diode (LED) lanterns that meet the USCG?s requirements for this project. This is not a development contract and only COTS items will be considered. The requirements are listed below. Mounting Provisions ? The base of the lantern shall have three boltholes, equally spaced on a 200 mm diameter bolt circle. The bolt holes shall be 16 ? 1 mm in diameter, and may be elongated to form closed, arced slots. Electrical power lead - The lantern shall include a jacketed, one-meter long (minimum) external power lead, suitable for outdoor use. The power lead shall consist of two 14 AWG (minimum) stranded wire conductors with a minimum insulation rating of 600V. Color-coding shall be black for positive (+) and white for negative (-). The cable may be terminated at the lantern with a waterproof connector or waterproof stuffing tube suitable for outdoor use in the marine environment. Peak intensity - The equivalent peak intensity of the light signal shall be 30 candela or greater omnidirectionally in the focal plane after stabilization when operated at 25 + 5 degrees Centigrade at 30% duty cycle for red, green and yellow lanterns, and 50 candelas for white lanterns. The rated peak intensity shall be determined by the value met or exceeded by 90% of the measured values. Degradation - The lantern shall be designed to maintain at least 80% of the effective intensity over 6 years of operation when operated at night with a 30% duty cycle. Uniformity of output - The lantern shall produce an omnidirectional horizontal fan beam. The peak intensity of the beam, in any direction in the focal plane, shall not vary by more than ? 20% from the mean (except at lens seams). Vertical divergence - The lantern shall have a minimum vertical divergence such that the angle between the 50 percent rated peak intensity points above and below the focal plane is not less than + 3 degrees. Signal colors - The light signal provided by the lantern (separate modules for red, green, white and yellow light signals) shall satisfy the International Association of Lighthouse Authorities (IALA) chromaticity requirements for the General Regions, in terms of the CIE 1931 Standard Colorimetric System. Power - The lantern shall operate properly with input voltages between 10.5 and 18 VDC. The nominal input shall be 12 VDC, as provided by existing U.S. Coast Guard solar-power systems outfitted with lead-acid batteries. With the LED module energized, the total power requirement of the lantern shall not exceed 4 watts. When the LED module is commanded off, the total power requirement of the lantern shall not exceed 0.36 watts. Characteristic control - Each lantern shall be capable of producing the minimum characteristics, outlined below, and shall include control circuitry to permit field selection of any desired characteristic. The timing of the light signal shall be within ?5% of the rated values, for all the environmental conditions outlined in this document. The controls needed to set or change the characteristic shall be incorporated into the lantern, and shall not require any additional device (handheld remote, computer interface, etc.). The characteristics which the lantern must be capable of displaying are: Characteristic Timing ON/OFF (sec) Duty Cycle (%) Fl: Fl2.5 (0.3) 0.3/2.2 12 Fl4 (0.4) 0.4/3.6 10 Fl6 (0.6) 0.6/5.4 10 Fl2.5 (1) 1.0/1.5 40 Fl( ): Fl(2+1)6 0.3/0.4/0.3/1.2/0.3/3.5 15 Fl(2)5 0.4/0.6/0.4/3.6 16 Fl(2)6 1.0/1.0/1.0/3.0 33 Q: Q 0.3/0.7 30 Mo( ): Mo(A) 0.4/0.6/2.0/5.0 30 Iso: Iso2 1.0/1.0 50 Iso6 3.0/3.0 50 Occ: Occ4 3.0/1.0 75 Fixed Fix ? 100 Daylight control: The lantern shall switch on and off at sunset and sunrise, respectively. At a minimum, the lantern shall switch on whenever the ambient illumination, measured on a horizontal plane, falls below 250 ? 50 lux. The lantern shall not switch off until the ambient illumination rises above 320 ? 50 lux. The minimum value of hysteresis for the daylight control shall be 50 lux. Environment: - The commercial LED lantern shall operate under the following environmental conditions. a. Exposure to temperatures from -30 to +50 degrees C. b. Exposure to relative humidity from 0 to 100%, including horizontal driving rain. c. Exposure to ice loading up to 22 kg per square meter. d. Exposure to wind speeds up to 140 knots. e. Continuous exposure to salt air and seawater spray. f. Continuous exposure to ultraviolet light for the duration of the advertised service life of the lantern, as is typically encountered at sea level at 20? North latitude. g. Continuous exposure to the shock and vibration experienced on marine aids-to-navigation mounted on wooden, single-pile structures. h. The lantern shall not be susceptible to interference from radiating devices normally found in the marine environment. This includes signals from VHF radio and marine radar. i. The lantern shall incorporate protection from static discharges and induced, transient voltages on the power leads, as may occur due to nearby lightning strikes. j. The lantern shall be sufficiently sealed to protect the LEDs from moisture. The lantern shall contain a hydrophobic vent to equalize pressure caused by thermal cycling. Instruction Manual - Each LED lantern shall be supplied with an instruction manual detailing the installation, operation and maintenance and troubleshooting of the lantern. Verification - Standard commercial literature shall be included in the bid package to verify compliance with the COTS requirement. Test documents to show verification of the requirements may be included. Degradation graphs of the intensity vs. duty cycle are desired. Packaging - The lanterns shall be packaged individually in accordance with standard commercial practice, suitable for reshipment. Marking - The lanterns shall be clearly marked with the contents (example: Red LED lantern), manufacturer, weight, and National Stock Number (NSN to be assigned after contract award). Quotes must be received by 2:00 PM EDT on September 12, 2003 and may be either e-mailed (any attachments should be in Word, Rich Text Format, or PDF and must not exceed 2MB) to dbethea@comdt.uscg.mil, faxed to 202-267-4025, Attn: Diane Bethea, or sent to the following address: Commandant (G-ACS-2A/DB), Department of Homeland Security, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Rm. 5211, Washington, DC 20593-0001. Your proposal, if mailed, shall consist of a total of 3 copies (1 original and 2 copies). The following FAR provisions apply: FAR 52.212-1, Instructions to Offerors ? Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; In addition, the following FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions are applicable to this acquisition: 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-9, and 52.225-18; 52.219-1 Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns, 52.232-33, Payment By Electronic Funds Transfer ? Central Contractor Registration (May 1999). SPECIAL NOTICE: The end product shall be manufactured and processed in the United States of America. FAR.52.246-4, Inspection of Services ? Fixed Price (Aug 1996); FAR 52.252-2, Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far, In accordance with 52.212-2 the significant evaluation factors are as follows: (i) technical capability of the item offered, (ii) Price and (iii) Past Performance. The Government may award to other than the lowest priced proposal or other than the highest technically rated proposal. However, the technical evaluation factors, when combined are significantly more important than price. All factors are equally important. Proposals must be received by 2:00 PM EST on September 12, 2003 and should be mailed to Ms. Diane Bethea at the above address, e-mailed to dbethea@comdt.uscg.mil, or faxed to 202-267-4025, Attn: Diane Bethea.
- Place of Performance
- Address: Commanding Officer, U.S. Coast Guard Supply Center, Gateway Commerce Center, Warehouse Bldg. 2, 6751 Alexander Bell Drive, Columbia, MD 21046
- Record
- SN00414752-W 20030830/030828213048 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |