Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

61 -- 750 VA 3 PHASE STATIC INVERTER SOL N00421-98-R-1233 DUE 090998 POC Benjamin P. Senker, Contract Specialist, (301) 342-1825 x119; Contracting Officer Geoffrey A. Tisone E-MAIL: Click here to contact the Contract Specialist via, senkerbp@navair.navy.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, and as supplemented with additional information included in this notice. Solicitation N00421-98-R-1233, is issued as a Request For Proposal. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-7 and Defense Acquisition Circular 91-13. This action is 100% set aside for small businesses. The applicable SIC is 3512. The resultant contract shall include a base award plus one option. The option items may be exercised from the time of award through 30 September 1999. The Contract Line Item Numbers (CLINs) are: BASE AWARD: CLIN 0001 -- 750 VA 3 Phase Static Inverter in accordance with the following Technical Requirements, Quantity (2) each. CLIN 0002 -- Maintenance and Operational Manuals, Quantity (2) each. CLIN 0003 -- Initial Training and Operation Session within 5 working days after delivery of CLINs 0001 and 0002. OPTION ITEMS: CLIN 0004 -- 750 VA 3 Phase Static Inverter, Quantity (148) each. TECHNICAL REQUIREMENTS: (1) Input 28 Volts DC; (2) Output 115/200 Volts AC; (3) Frequency 400 Hz; (4) VA to 50,000 ft 750; (5) VA to 65,000 ft 750; (6) Min. Lagging P.F. 0.75; (7) Min Leading P.F. 0.95; (8) Min Efficiency Percent at Full Load Unity P.F., 28 VDC Input Sea Level and 25 C Ambient 65%. (9) The inverter shall be a static semi-conductor device employing no moving parts other than a cooling fan. OPERATING CONDITIONS: (1) Input voltage maximum variation between Min 26 and Max 29 volts. (2) Load varied from zero to full load. (3) Ambient temperature -- altitude varied within the range established by curve 1 of MS33543, except no operation above 65,000 ft, above 85 C or below -55 C. (4) Load power factor varied from 0.75 or 0.80 lag (as applicable) to 0.95 lead. (5) Unit mounted inany position. For the above numbered operating conditions (1-5), the following maximum range of RMS Phase voltage applies: Low 112.5, High 117.5. For the above numbered operating conditions (1-5), the following maximum range of Frequency applies: Low 393 Hz, High 407 Hz. (6) Variations of numbered conditions 2,3,5 above and input voltage varied between 18-26 Volts will allow RMS Phase voltage to range from a maximum range of Low 100 to High 117.5 and the maximum Frequency to range from 393 Low to 407 High. (7) Variations in 1-5 above except load varied from rated full load current to 200% rated full load current for at least 5 seconds will allow a maximum range of RMS phase voltage to range from Low 50 to High 117.5 and the a maximum Frequency range from Low 393 to High 407. (8) Input between 9 -- 18 volts for at least 3 minutes. (9) Load impedance varied from infinity to 106 Ohms/Phase. (10) Ambient temperature vary between no less than -35 C and 40 C at sea level with inverter fully warmed up, and vary between no less than between -35 C and 85 C at sea level with inverter not previously warmed up. (11) Variations of 4 and 5 above. For above conditions 8-11, the RMS phase voltage shall range, at a maximum, from Low 45 to High 117.5 and Frequency shall range, at a maximum, from Low 393 to High 407. PHYSICAL REQUIREMENTS: (1) There shall be two receptacles to connect inverter with the airplane. One receptacle shall be the commercial equivalent of MS3106R-22-6S or MS3108R-22-6S. The second receptacle shall be the commercial equivalent of MS3106R-22-5P or MS 3108R-22-5P. (2) Height shall not exceed 7 inches but is restricted to 7 inches where bolt protrudes. The bolt is located 1 inches from edge of the inverter and 8 inches deep when looking into the mounting area. (3) The inverter shall be mounted with the connectors facing the outside of the plane. (4) The width shall not exceed 5.500 inches. (5) the depth shall not exceed 11.500 inches. (6) The weight shall not exceed 23 pounds. Diagram of mounting area available upon request. CLIN 0002 shall be delivered in hard copy format. Standard Commercial warranty with a minimum 1 year applies. The contractor shall deliver CLIN 0001 and CLIN 0002 within 90 days after contract award to: Receiving Officer, Supply Department Bldg. 665, Naval Air Station Patuxent River MD, 47179 Vaughn Road, Patuxent River, MD 20670-1615, mark for Mr. Daniel Reighard II (AIR-4.4.4.1N), Bldg. 1461, Patuxent River, MD 20670-1900. Delivery schedule and delivery address of exercised option units to be determined at time of exercise with final delivery of units occurring no later than 30 June 2000. Inspection of all CLINs shall be made at destination, and acceptance of all CLINs will occur only after successful Government testing of conformance with other aircraft components. FAR 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION -- COMMERCIAL ITEMS (OCT 1997) does not apply to this acquisition. 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 the technically acceptable proposals. 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. Therefore, it is incumbent upon the offeror to provide sufficient technical support (e.g., technical literature, brochures, documentation, etc.) which shows a clear understanding of the (9) Technical Requirements, (11) Operating Conditions, and (6) Physical Requirements specified above in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government, inclusive of options. The offeror shall providebackup information, verifying the price offered, e.g., a copy of current catalog prices. A written notice of award or acceptance of an 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 withdrawal is received before award. Each offer shall include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1997) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (APR 1998) 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 (JUN 1998) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (JUN 1997), 52.222-26 Equal Opportunity (APR 1984), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1998), 52.222-36 Affirmative Action for Handicapped Workers (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (APR 1998), 52.225-3 Buy American Act Supplies (JAN 1994). 52.239-1, Privacy or Security Safeguards (AUG 1996). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 1998), incorporated by reference, however, for paragraph (b) only the following clauses apply, 252.225-7001, Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7007, Buy American Act Trade Agreements Balance of Payments Program (MAR 1998), 252.225-7021, Trade Agreements (MAR 1998), 252.225-7036 Buy American Act North American Free Trade Agreement Implementation Act (MAR 1998), 252.227-7015 Technical Data Commercial Items (NOV 1995), 252.227-7037 Validation of Restrictive Markings on Technical Data. MS33543, MS3106R-22-6S, MS3108R-22-6S, MS3106R-22-5P, MS3108R-22-5P, MIL-STD 17406-3 used as a reference only. Offerors are encouraged to use commercial equivalent. Numbered Note 1 applies. Offers are due to CONTRACTS, Code 254346, Bldg. 588, Suite 2, NAWCAD 47253 Whalen Road, Unit 588, Patuxent River, MD 20670-1463, by 2:30 P.M. Eastern Standard Time 31 August 1998. All responsible sources may submit a proposal which shall be considered by the agency. For information regarding this solicitation, contact Benjamin Senker, Code 254346 (301) 342-1825 ext. 119. For copies of FAR provision 52.212-3, DFARS provision 252.212-7001, or diagram of mounting area, fax your request to Benjamin Senker, (301) 342-1847.***** Posted 08/20/98 (W-SN239690). (0232)

Loren Data Corp. http://www.ld.com (SYN# 0354 19980824\61-0003.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page