|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1997 PSA#1821Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center
Aircraft Division, Patuxent River, MD 20670-5304 59 -- FLEXIBLE WAVEGUIDES SOL N00421-97-R-1230 DUE 050697 POC Angie
LeJeune, (301) 342-1825 ext. 117 E-MAIL: LEJEUNE_
ANGIE%PAX9@MR.NAWCAD.NAVY.MIL, LEJEUNE_ANGIE%PAX9@MR.NAWCAD.NAVY.MIL.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in the Federal Acquisition Regulation
(FAR), Subpart 12.6, as supplemented with additional information
included in this notice. This notice constitutes the only solicitation;
a written solicitation will not be issued. Solicitation Number
N00421-97-R-1230 is issued as a request for proposal (RFP). The
incorporated document and provisions and clauses are those in effect
through Federal Acquisition Circular 90-42 and Defense Acquisition
Circular 91-11. The applicable SIC is 3679 and small business size
standard is 500 employees. The contract line item numbers items and
specific requirements are for estimated quantities: CLIN 0001 seven (7)
each, WR-284 Flexguide, 5 feet in length, 2.6-3.95 Ghz frequency range,
75 RG Equivalent Aluminum, 61-1 Choke Aluminum, 56-2 Cover Aluminum,
585A/U UG choke, 584/U flanges cover, .02 dB/Foot maximum attenuation,
2.5 megawatts minimum peak power, 10 KW minimum average power limit,
15 PSIG continuous operating minimum pressure, 6 inches minimum
centerline bending radii E-plane, 9 inches minimum centerline bending
radii H-plane, 20 degrees minimum twist per foot; CLIN 0002 eight (8)
each, WR-284 Flexguide, 10 feet in legnth, 2.6-3.95 Ghz frequency
range, 75 RG Equivalent Aluminum, 61-1 Choke Aluminum, 56-2 Cover
Aluminum, 585A/U UG choke, 584/U flanges cover, .02 dB/Foot maximum
attenuation, 2.5 megawatts minimum peak power, 10 KW minimum average
power limit, 15 PSIG continuous operating minimum pressure, 6 inches
minimum centerline bending radii E-plane, 9 inches minimum centerline
bending radii H-plane, 20 degrees minimum twist per foot; CLIN 0003
four (4) each, WR-187 Flexguide, 5 feet in legnth, 3.95-5.85 Ghz
frequency range, 95 RG Equivalent Aluminum, 62-1 Choke Aluminum, 57-12
Cover Aluminum, 406B/U UG choke, 407/U flanges cover, .05 dB/Foot
maximum attenuation, 1.5 megawatts minimum peak power, 3.5 KW minimum
average power limit, 5 PSIG continuous operating minimum pressure, 4
inches minimum centerline bending radii E-plane, 7 inches minimum
centerline bending radii H-plane, 50 degrees minimum twist per foot;
CLIN 0004 six (6) each, WR-187 Flexguide, 10 feet in legnth, 3.95-5.85
Ghz frequency range, 95 RG Equivalent Aluminum, 62-1 Choke Aluminum,
57-12 Cover Aluminum, 406B/U UG choke, 407/U flanges cover, .05 dB/Foot
maximum attenuation, 1.5 megawatts minimum peak power, 3.5 KW minimum
average power limit, 5 PSIG continuous operating minimum pressure, 4
inches minimum centerline bending radii E-plane, 7 inches minimum
centerline bending radii H-plane, 50 degrees minimum twist per foot;
CLIN 0005 eight (8) each, WR-112 Flexguide, 5 feet in legnth, 7.05-10.0
Ghz frequency range, 68 RG Equivalent Aluminum, 59-9 Choke Aluminum,
53-4 Cover Aluminum, 137B/U UG choke, 138/U flanges cover, .08 dB/Foot
maximum attenuation, .38 megawatts minimum peak power, .85 KW minimum
average power limit, 25 PSIG continuous operating minimum pressure, 2
inches minimum centerline bending radii E-plane, 4 inches minimum
centerline bending radii H-plane, 85 degrees minimum twist per foot;
CLIN 0006 ten (10) each, WR-112 Flexguide, 10 feet in legnth, 7.05-10.0
Ghz frequency range, 68 RG Equivalent Aluminum, 59-9 Choke Aluminum,
53-4 Cover Aluminum, 137B/U UG choke, 138/U flanges cover, .08 dB/Foot
maximum attenuation, .38 megawatts minimum peak power, .85 KW minimum
average power limit, 25 PSIG continuous operating minimum pressure, 2
inches minimum centerline bending radii E-plane, 4 inches minimum
centerline bending radii H-plane, 85 degrees minimum twist per foot;
CLIN 0007 eight (8) each, WR-62 Flexguide, 5 feet in legnth, 12.4-18
Ghz frequency range, 349 RG Equivalent Aluminum, 59-2 Choke Aluminum,
53-6 Cover Aluminum, 1666B/U UG choke, 1665/U flanges cover, .25
dB/Foot maximum attenuation, .8 megawatts minimum peak power, .3 KW
minimum average power limit, 30 PSIG continuous operating minimum
pressure, 2 inches minimum centerline bending radii E-plane, 3 inches
minimum centerline bending radii H-plane, 90 degrees minimum twist per
foot; CLIN 0008 eight (8) each, WR-62 Flexguide, 10 feet in legnth,
12.4-18 Ghz frequency range, 349 RG Equivalent Aluminum, 59-2 Choke
Aluminum, 53-6 Cover Aluminum, 1666B/U UG choke, 1665/U flanges cover,
.25 dB/Foot maximum attenuation, .8 megawatts minimum peak power, .3
KW minimum average power limit, 30 PSIG continuous operating minimum
pressure, 2 inches minimum centerline bending radii E-plane, 3 inches
minimum centerline bending radii H-plane, 90 degrees minimum twist per
foot; CLIN 0009 two (2) each, WRD-350 Flexguide, 5 feet in legnth, 4-8
Ghz frequency range, gasket for flange #1, cover for flange #2, .07
dB/Foot maximum attenuation, 18 kilowatts minimum peak power at zero
pressure, 18 kilowatts minimum average power limit, 5 PSIG continuous
operating minimum pressure, 6 inches minimum centerline bending radii
E-plane, 14 inches minimum centerline bending radii H-plane, 45 degrees
minimum twist per foot; CLIN 0010 two (2) each, WRD-750 Flexguide, 5
feet in legnth, 8-18 Ghz frequency range, gasket for flange #1, cover
for flange #2, .2 dB/Foot maximum attenuation, 4.8 kilowatts minimum
peak power at zero pressure, 4.8 kilowatts minimum average power limit,
5 PSIG continuous operating minimum pressure, 4 inches minimum
centerline bending radii E-plane, 7 inches minimum centerline bending
radii H-plane, 90 degrees minimum twist per foot. All flexguides must
have a Neoprene jacket and must be of new manufacture. All flexguide
flange finishes shall be finished in iridite to minimize corrosion. The
flexguide assemblies shall be usable over the temperature range of -55
Degrees Celsius through +125 Degrees Celsius. All flexguide assemblies
delivered under this contract shall be pressure tested and the line
loss measured by the manufacturer. The pressure test shall last for a
minimum of 5 minutes at the rated operating pressure for each assembly
as specified. All items to be delivered under this contract shall be
warranted for defects in manufacturing and workmanship for a period of
one year. Should an item fail due to a defect in manufacturing or
workmanship, it will be replaced free of charge. The contractor shall
deliver CLIN 0001-0010 within 30 days after contract award to:
Receiving Officer, Supply Department, Bldg. 665, 47179 Vaughn Road,
Naval Air Station, Patuxent River,MD 20670-1463, M/F: John Crim
(5.1.7.1). Inspection and acceptance shall be made at destination. FAR
52.212-1 Instructions to Offerors -- Commercial Items (OCT 1995) is
incorporated by reference and applies to this acquisition. The
provision at 52.212-2 Evaluation -- Commercial Items (OCT 1995) does
not apply to this acquisition. Instead, the following information will
be used for evaluation of offerors: an award shall be made to that
responsible offeror submitting a technically acceptable proposal and
offering the lowest evaluated price. Price shall be the deciding factor
among technically acceptable offers. To be technically acceptable, the
offeror's technical proposal must be evaluated as technically
acceptable for each of the requirements listed above. Technical
acceptability will be determined solely on the content and merit of the
information submitted in response to this provision. The offeror must
provide sufficient technical literature, documentation, etc. in order
for the Government to make an adequate technical assessment of the
offer. The price proposal of the offer shall be evaluated on the
overall lowest evaluated price to the Government. A written notice of
award or acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the
offer, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the
Government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt, unless a written notice of
withdrawl is received before award. Each offeror shall include a
completed copy of the provision at FAR 52.212-3, Offeror
Representationsand Certifications -- Commercial Items (OCT 1995) with
its offer. FAR 52.212-4 Contract Terms and Conditions -- Commercial
Items (OCT 1995) is incorporated by reference and applies to this
acquisition. The clause at 52.212-5 Contract Terms and Conditions
Required to Implement Executive Orders -- Commercial Items (JAN 1996)
is incorporated by reference, however, for paragraph (b) only the
following clauses apply to this acquisition: 52.203-6 Restrictions on
Subcontractor Sales to the Government with Alternate I (OCT 1995),
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (SEP
1990), 52.219-8 Utilization of Small Business Concerns and Small
Disadvantage Business Concerns (OCT 1995), 52.219-14 Limitation on
Subcontracting (JAN 1991), 52.222-26 Equal Opportunity (E.O. 11246),
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans (APR 1984), 52.222-36 Affirmative Action for Handicapped
Workers (APR 1994), 52.222-37 Employment Reports on Special Disabled
Veterans andVeterans of the Vietnam Era (JAN 1988), 52.225-3 Buy
America Act -- Supplies (JAN 1994). Additionally, each offeror shall
include a completed copy of Defense FAR Supplement (DFARS) provision
252.212-7000, Offeror Representations and Certifications -- Commercial
Items (NOV 1995). DFARS clause 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is
incorporated by reference, however, for paragraph (b) only the
following clauses apply, 252.225-7001 Buy America Act and Balance of
Payment Program, 252.225-7012 Preference for Certain Domestic
Commodities, 252.225-7036 North American Free Trade Agreement
Implementation Act, 252.233-7000 Certification of Claims and Requests
for Adjustment of Relief, 252.247-7024 Notification of Transportation
of Supplies by Sea. This is a DO rated order. An Indefinite Delivery
Indefinite Quantity (IDIQ) contract with multiple awards, for minimum
guaranteed quantities foreach CLIN of one (1) each, is being
contemplated. Offers are due to Contracts, Angie Lejeune (25521D),
Bldg. 588, Suite 2, Naval Air Warfare Center -- Aircraft Division,
47253 Whalen Road, Unit 588, Patuxent River, MD 20670-1463 by 2:30 P.M.
Eastern Standard time 06 May 1997. For questions regarding this
solicitation, contact Angie Lejeune at (301)342-1825 ext. 117. For
copies of the FAR provision 52.212-3 and DFARs provision 252.212-7000,
fax your request to Angie Lejeune at (301)342-1864. All responsible
sources may submit an offer and shall be considered by the (0098) Loren Data Corp. http://www.ld.com (SYN# 0276 19970410\59-0034.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|