Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

59 -- Magnetized Plasma Experiment System - Offeror Certification

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334416 — Electronic Coil, Transformer, and Other Inductor Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAD2145A004-1
 
Archive Date
8/29/2012
 
Point of Contact
Renate Schuler, Phone: 5058464672, Carl Landreneau, Phone: 505-846-4877
 
E-Mail Address
renate.schuler@kirtland.af.mil, carl.landreneau@kirtland.af.mil
(renate.schuler@kirtland.af.mil, carl.landreneau@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please complete and return this form with your quote. This is a combined synopsis/solicitation for commercial items prepared 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; quotes are requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 334416, Electric Coil, Transformer, and Other Inductor Manufacturing, Size Standard is 500 employees. Solicitation/Purchase Requisition Number F2KBAD2145A004-1 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012. The Government intends to award one (1) contract with three (3) contract line item numbers (CLIN): CLIN 0001: Field Coils 2 outer field coils with inner diameter less than 31.5" and great than 24". Capable of achieve >500 Gauss for less than 10 kW. 1. Ideally, the id will be as close to 24" as possible to maximize the field strength for the available power. 2. Outer Coils together run at less than 10 V at 500 Gauss for safety. Qty: 2 each Desired Delivery Date: 31 August 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0002: Field Coils DESCRIPTION: 2 inner field coils with inner diameter of 64". 1. Maximum outer diameter of 76". 2. Maximum width of 4", ideally 2" so that additional magnet coils can be added in the future to double field strength. This will make the magnets much more valuable to the lab by expandability and flexibility. 3. Capable of producing an inner axially constant 200 Gauss field with less than 10 kW of power. 4. Sufficient water cooling so that inner magnetic field can be increased to 500 Gauss at a later time. 5. Inner coils together to run at less than 12 V at 200 Gauss for safety. Qty: 2 each Desired Delivery Date: 31 August 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0003: Power Supplies DESCRIPTION: 1. One 10 kW power supply optimized to the inner field coils. a. One 10 V 1000 A power supply will initially power the inner field coils. Additional 10 V 1000 A power supplies can be used in the future to increase the maximum magnetic field. 2. One 10 kW power supply optimized to the outer field coils. b. Initially the outer coil magnets will be powered by 10 V 1000 A supply (1/2 the rated value) which will give us the opportunity to double our end magnetic field in the future with the purchase of an additional 10 V 1000 A supply. c. Rack mountable. d. Air cooled. e. 180-253 Vac 3 phase input. f. Controllable through external input to allow for fail safe systems (overheating protection, etc.). g. Low noise system (less than 50 mV noise levels). Qty: 2 each Desired Delivery Date: 31 August 2012 FOB: Destination Inspection and Acceptance: Destination The following provisions and clauses apply to this solicitation: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms & Conditions - Commercial Items; FAR 52.215-1, Instructions to Offerors - Competitive Acquisition; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification; FAR 52.233-1, Disputes; FAR 52.249-1, Termination for the Convenience of the Government (Fixed Price)(Short Form). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alt A, Central Contractor Registration; DFARS 252.211-7003, Item Identificaiton and Valuation (Jun 2011); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply: DFARS 252.223-7008, Prohibition of Hexacalent Chromium; DFARS 252.225-7000, Buy American Act and Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payment Programs; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; AFFARS 5352.201-9101 Ombudsman Provisions and clauses incorporated by full text: FAR 52.212-3, Offeror Representations and Certification-Commercial Items, Alt I, (Apr 2011) (all offerors shall include a completed copy of this provisions with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, [in paragraphs (b) and (c) the following clauses apply; 52.204-10, 52.209-6, 52.219-4, 52.219-13, 52.219-28, 52.219-6, 52.222-3, 52.222-19; 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998). 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/these address(es): http://farsite.hill.af.mil FAR 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/these address (es): http://farsite.hill.af.mil In accordance with FAR 13.106-1(a) (2) offerors are notified that award will be made on the basis of lowest price technically acceptable. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) Databases in order to receive an award. You can register with CCR at (888) 227-2423 or through the CCR website at http://www.ccr.gov, and ORCA at https://orca.bpn.gov/ Please complete the form attached when sending your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD2145A004-1/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02832685-W 20120811/120810000434-a49470f64145c0e500114a8a452630bf (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.