Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2002 FBO #0052
SOLICITATION NOTICE

59 -- HV SWITCH MODULE

Notice Date
1/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Code 1164, 300 HWY 361, Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N00164-02-Q-0075
 
Response Due
2/25/2002
 
Archive Date
3/27/2002
 
Point of Contact
Robert Russell, Code 1164 telephone 812-854-1450
 
E-Mail Address
Email your questions to point of contact
(russell_r@crane.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-02-Q-0075 is hereby issued as a request for quotation (RFQ). The proposed contract is 100% set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 as well as DCN 20011206. The North American Industry Classification System (NAICS) Code for this procurement is 334419 and the size standard is 500 employees. This requirement is for the following Cytek Inc., Pendielf, NY, brand name items, OR EQUAL, in accordance with the drawing/schematic (available to download at htt p://www.crane.navy/supply/02q0075/02q0075default.htm) and meeting or exceeding all of the following descriptions/salient characteristics: CLIN 0001 ? 72 each (EA), HV Switch Module, Cytek Part Number (P/N) HXV/8X1-A-BP. CLIN 0002, 2 EA, IEEE Module, Cytek P/N CM-4. CLIN 0003, 72 EA, Driver Module, P/N CL8. CLIN 0004, 8 EA, Expansion Chassis, Cytek P/N HXV/96. CLIN 0005, 2 EA, Control Mainframe, Cytec P/N MESA 16. This entire High Voltage Relay matrix system shall: 1. Be expandable to 96 switching locations. 2. Be capable of switching up to 3000 volts and 3 amps. 3. Be capable of, internally, being wired so that all pins can be bussed together in even groups. Additionally, switching cards that exist within a chassis must not be required to be ?bussed? together. 5. The switching matrix must be entirely IEEE-488 controllable. 6. Life rating on each switch should be worst case IOES operations. 7. All chassis included should fit in a standard 19? rack. 8. Connections to the matrix shall be made by banana plug. 9. Must be configurable to drawing (Available to download in PDF format) such that all connection can be made. 10. Each relay closure must be capable of operation simultaneously or independently or in any grouping chosen. 11. All items must be designed for 19? rack mount. 12. Each switch must have an indicator of some type that will be visible from the front of the chassis when the relay is energized. 13. Control power to the individual switches will be optically isolated from its control logic. 14. All equipment shall be capable of operating in a temperature range from 0 to 50 degrees Celsius. 15. Equipment shall operate in an environment of up to 95% relative humidity. Equipment shall include drivers for Labview software (made by Nati onal Instruments). Delivery is required F.o.B. NSWC Crane, IN 47522 within 30 days after award. Final inspection will be at destination. Selection for award will be based on past performance and price for items meeting or exceeding all listed salient characteristics. Please note the requirements of FAR clause 52.211-6; if offering other than the specified Brand Name items you must include cuts, illustrations, drawings, product literature, etc. sufficient for the contacting officer to determine the offered products meet or exceed all salient characteristics. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sal e warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.211-14(DO); 52.211-15; 52-211-6; 52.212-1; 52.212-3 Alt l [FILL-IN] [NOTE: Paragraph (b) does not apply. This provision MUST be filled out completely and submitted with the offer]; 52.212-4; 52-212-5; (incorporating 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33) 52.219-6; 252.204-7004; 252.212-7001). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ www.ccr.gov. If a change occurs in this requirement, on ly those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Quotations may be faxed to Bob Russell, Voice: 812-854-1450, FAX 812-854-3465, e-mail: russell_r@crane.navy.mil. All required information must be received on or before 3PM Eastern Standard Time, 2/5/2002. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
 
Web Link
website to download drawing
(http://www/crane.navy.mil/supply/02q0075/02q0075default.htm)
 
Record
SN20020123/00016644-020122123838 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.