Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

J -- Repair/Rebuild Triton Klystron Tubes

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDA905-03-T-0242
 
Archive Date
4/23/2003
 
Point of Contact
Debra Ann McGehee, Contract Specialist, Phone 301-295-3962, Fax 301-295-1716,
 
E-Mail Address
dmcgehee@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, Maryland, intends to award a contract for the repair/rebuilding of two Triton/ITT Model 8568 S-Band High Power Klystron Amplifier Tubes. The tubes have damaged vacuum envelopes and/or malfunctioning ion pumps. We require the two tubes to be rebuilt/repaired to the original state that provides standard 8568 operating specifications. The minimum procurement requirement is to meet the following standard operating specifications: (1) 25 megawatt peak pulsed output power; (2) 250,000V max operating voltage; (3) nominal gain 50 dB; (4) frequency 2.856 GHz; (5) typical pulse length ? six microseconds at 360pps. (6) a warranty of at least three years or 10,000 hours with first 500 hours being a total replacement and hours thereafter, prorated. The rebuilding process should include replace heater, recoating cathode, replacing 5 liter per second ion pump, and an emissions test ? water test for leaks. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solication; quotes are being requested and a written solicitation will not be issued for CLIN 0001 - Repair/rebuild Triton 8658 Klystron Tubes. FOB: Destination within 30 days ARO. WARRANTY: As described in the minimum procurement requirements. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. FAR CLAUSES AND PROVISIONS: The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your quote, with acknowledgment of amendments (if any), descriptive literatature (if any) and specifications for the proposed repair/rebuild. Telegraphic or facsimile offers are acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in their offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. EVALUATION FACTORS - The following evaluation criteria are included in paragraph (a) of that provision. The contractor must be able to meet the following technical criteria which will be evaluated to determine successful offeror: The acceptable contractor (1) must be able to repair/rebuild to the standard operating specifications of an original klystron tube. Failure to provide the information relative to the evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability and abilitiy to meet the evaluation factors will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit descriptive literature, or other documentation, to show how the offered product or service meets or exceeds the requirements as specified in the specifications. Evaluation is based on best value including cost and ability to meet stated requirements above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum procurement requirements provided above. Therefore, it is essential that offerors provide sufficient information in order for the Government?s evaluation team to make an adequate technical assessment of the quote as to meeting technical acceptability. 2) PRICE: Price includes repair/rebuild costs, warranty costs and any discount terms. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government?s evaluation team to make an adequate technical assessment of the quote as to meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.216-18 Ordering; 52.216-19 52.217-5, 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party; 52.239-1, Privacy or Security Safeguards (AUG 1996). Offer DUE date: April 22, 2003, 4:00 pm, EDT. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www.ccr.gov, or call the DOD Electronic Information Center at 1-800-334-3414.
 
Place of Performance
Address: The Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland
Zip Code: 20814
Country: USA
 
Record
SN00297633-W 20030409/030407213804 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.