Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

41 -- Weibel Radar Cooling System

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1SoAZ7205B003
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation The Solicitation number is F1S0AZ7205B003. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 and DFARs Change Notice (DCN) 2007-08-02. NAICS is 333415 and the size standard is 750 employees This acquisition is a 100% small business set aside The Air Force Flight Test Center at Edwards AFB, CA is seeking vendors capable of a Chiller that cools the Weibel radar system. STATEMENT OF WORK (SOW) FOR WEIBEL RADAR COOLING SYSTEM: Scope The 412th RANS Flight Test Center at Edwards Air Force Base (AFB), CA is currently installing a small liquid cooled Weibel radar system on a refurbished L3 Communications Brashear KINETO Tracking Mount (KTM). The KTM is a fast response tracker capable of reaching unloaded angular speeds of 60?/sec and accelerations of 100?/sec2. The estimated top angular speed/acceleration for the KTM loaded with the radar is 40?/sec and 60?/sec2. The KTM is built with electrical slip rings to allow continuous rotation in the azimuth axis. The elevation axis moves from -10? to +100?. There are no provisions for liquid cooling in the slip ring, so the chiller will have to be mounted on the azimuth axis. The older chiller could not withstand being rotated and did not have the capacity to cool the radar on hot days. Requirements: General: One chiller is required, The contractor shall design, engineer, build and deliver a chiller that cools the Weibel radar system (P/N: MFDR-2100/37) while in operation on the KTM, The chiller shall be a self contained vapor compressor based technology with an air cooled condenser. The refrigerant shall cool a closed loop liquid coolant. The chiller shall provide a circulating pump to circulate the liquid coolant to the radar unit, The chiller shall have 1800 watts of cooling capacity or greater at an ambient condition of 120? F. The chiller shall function up to 145? F ambient air temperatures but at a reduced cooling capacity, The chiller shall accommodate lower cooling requirements and automatically adjust accordingly so that the radar system will be operating in its normal temperature range. Depending on the radar target and ambient conditions the 1800 watts may be reduced by three quarters, The chiller?s input temperature to the radar?s cold plates shall not go below the dew point of the ambient conditions, The cooling liquid shall be water with antifreeze (glycol) mix, The chiller shall deliver a flow rate greater then 1 gallon per minute. The output pressure shall not exceed 60 PSI. The radar has ?? hose fitting. There can be a static pressure to accommodate the pump, but the static pressure shall not exceed 7 PSI, The chiller shall fit into a space that is 12.5? H x 19? W x 28? L. The hose and electrical connections shall accommodate the KTM and should be designed to fit into the confined space. Both the 12.5? by 17.7? sides are generally open to accommodate air circulation and connections. The maximum weight of the unit can be 125 pounds or less, but keeping the weight down is not a high priority, The chiller shall function while undergoing angular accelerations of up to 60?/sec2 in the azimuth plane of rotation. The maximum angular acceleration in the azimuth axis should not last more then a half a second for each occurrence. The angular velocity will top out at 40?/sec and should not last more than 5 seconds for each occurrence, The chiller shall be designed to withstand occasional vibrations and shocks from typical transportation on unimproved road conditions (dirt and gravel roads), The chiller shall be built for outdoor use. The KTM/radar and chiller will typically be covered with a weather resistant fiberglass shell, but could be uncovered at times for up to a week. Rodents are a problem at Edwards AFB and the chiller shall be built to withstand rodent infestation, The chiller shall operate with a 50 MPH wind loading, The chiller shall be designed to accommodate the KTM power capability. The KTM slip ring can accommodate different power requirements. Two circuits of 120 VAC are available; each circuit is #16 AWG and should support 15 amps of continuous current (30 amps surge for .1 seconds). There are four #10 AWG slip rings that can support any voltage up to 208 volts. The #10 AWG slip rings are rated at 25 amps of continuous current (50 amps surge for .1 seconds), The Chiller shall meet or exceed RFI/EMC filtration outlined in MIL-STD-461E, The chiller?s controls shall be easy to turn on/off and setup, The chiller?s status indicators shall be dry contacts switches 120 volts, 1 amp capacity or greater. For safety reasons, personnel need to stay 100 feet away from the active radar. The chiller?s front panel will not be visible to the operator. Switch closure sensors are preferred for the operator interfacing to other KTM/radar equipment. It will be left up to the contractor to determine what parameters need to be monitored, Materials, sub-assemblies and manufacturing shall meet industry best practices, Program Reviews: A requirements review shall be conducted, in conjunction with an Edwards AFB site visit by the contractor to go over any requirement that was missed in the SOW and to take design measurements; A design review hosted at Edwards AFB shall be conducted prior to manufacturing the chiller. The design review will include design concepts of the installation, sub-assembly selection, stress loads analysis, and cooling loads analysis; Acceptance testing at Edwards AFB shall be conducted to verify the requirements have been met; Documentation; The contractor shall comprehensively schedule and track progress against milestones of the design, engineering, fabrication and delivery; The contractor shall provide a user manual. The user manual shall include installation, wiring, interface instructions, troubleshooting guide and periodic maintenance instructions; Engineering drawings of the chiller unit are NOT a requirement; Logistics; The contractor shall perform site visits to Edwards AFB for design measurements and SOW review, design review, and final installation review; The contractor shall deliver the chiller to Edwards AFB. Contractor installation of the chiller is not a requirement but could be included if the contractor deems it necessary; The contractor shall warranty the chiller for a period of one year after acceptance by the Government; Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. THE FOLLOWING PROVISIONS AND CLAUSES APPLY: CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsman Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than September 7, 2007 at 5 pm PST. E-mail address: dina.pardy@edwards.af.mil.
 
Place of Performance
Address: 95MSG/LGRML/LMCA-MHU, 307 East Popson Ave., BLDG 1400, RM 413, Edwards AFB, Ca
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01386240-W 20070829/070827220927 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.