Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1997 PSA#1821

Contracts 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