SOLICITATION NOTICE
59 -- 1553 Bus Couplers
- Notice Date
- 3/24/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334417
— Electronic Connector Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-16-T-0008
- Archive Date
- 4/13/2016
- Point of Contact
- Beth K Chapman, Phone: 7578784827, Beth K Chapman, Phone: 7578784827
- E-Mail Address
-
beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil
(beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Aviation Applied Technology Directorate Contracting Division, Army Contracting Command, intends to award a firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The solicitation number is W911W6-16-T-0008 and is issued as a request for quotations. The proposed contract action, a commercial item purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of three different types of Inline Data Bus Couplers: sixty (60) 1553 1-Stub Inline Data Bus Couplers, one hundred (100) 1553 2-Stub Inline Data Bus Couplers, and fifty (50) 1553 3-Stub Inline Data Bus Couplers. These couplers will be used for system integration onto deploying aircraft. Technical documentation, such as data sheets, product manufacturer specification documents, and mechanical drawings, shall be provided to the Government to facilitate electrical and mechanical design. Along with technical documentation, quality assurance documentation shall also be provided to the Government. The Bus Couplers shall meet the following specifications and environmental operational conditions and be consistent with MIL-STD-1553 communications protocol for aviation requirements: (1) 1-Stub Inline Data Bus Couplers shall meet the following specifications: (a) Data Leads and Termination: two bus leads, one stub lead, non-terminated; (b) Droop: 20% maximum; (c) Temp Rating: -55 C to +125 C; (d) Fault Protection: 59 Ohm +/- 1% per MIL-R-39007; (e) Overshoot and Ringing: +/- 1.0 V Peak to Peak; (f) Transformer Ratio: 1:1.41; (g) Common Mode Rejection: -55 dB at 1 MHz; and (h) Wire Connections: 12-inch long MIL-C-17/176-00002 Cable. (2) 2-Stub Inline Data Bus Couplers shall meet the following specifications: (a) Data Leads and Termination: one bus lead, two stub leads, terminated; (b) Droop: 20% maximum; (c) Temp Rating: -55 C to +125 C; (d) Fault Protection: 59 Ohm +/- 1% per MIL-R-39007; (e) Overshoot and Ringing: +/- 1.0 V Peak to Peak; (f) Transformer Ratio: 1:1.41; (g) Common Mode Rejection: -55 dB at 1 MHz; and (h) Wire Connections: 12-inch long MIL-C-17/176-00002 Cable. (3) 3-Stub Inline Data Bus Couplers shall meet the following specifications: (a) Data Leads and Termination: two bus leads, three stub leads, non-terminated; (b) Droop: 20% maximum; (c) Temp Rating: -55 C to +125 C; (d) Fault Protection: 59 Ohm +/- 1% per MIL-R-39007; (e) Overshoot and Ringing: +/- 1.0 V Peak to Peak; (f) Transformer Ratio: 1:1.41; (g) Common Mode Rejection: -55 dB at 1 MHz; and (h) Wire Connections: 12-inch long MIL-C-17/176-00002 Cable. Shipping charges, delivery time after receipt of order, and warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, Virginia 23604. Early and partial deliveries are acceptable and preferred. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; 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 252.203-7998, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements--Representation; DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Internal Confidentiality Agreements; DFARS 252.204-0001, Line Item Specific--Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses or provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 15.101-2, lowest price technically acceptable, acceptability will be evaluated based on the criteria listed above. The applicable North American Industry Classification Standard (NAICS) code is 334417. The small business size standard is 500. Interested sources may identify interest and capability to respond to the requirement or submit quotes. The Government will review and consider all quotes received within the closing date set in this notice. Companies shall reference W911W6-16-T-0008 in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Proposals are due not later than 29 March 2016, 3:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil (757-878-4827).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c24746c9c2678b60370cccf0cc55f1c6)
- Record
- SN04061332-W 20160326/160324234536-c24746c9c2678b60370cccf0cc55f1c6 (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 |