Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

59 -- DC-DC Converters

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 1 Administration Circle, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-03-T-0092
 
Archive Date
6/6/2003
 
Point of Contact
Erin Strand, Contract Specialist, Phone (760) 939-7309, Fax (760) 939-8186, - Mary Jacobs, Procuring Contracting Officer, Phone (760) 939-6043, Fax (760) 939-8186,
 
E-Mail Address
erin.strand@navy.mil, mary.jacobs@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, intends to procure DC-DC Converters from vendors listed in Qualified Manufacturer List (QML)-38534-31 for Standard Microcircuit Drawing (SMD) 5962-9307401HXC. For questions concerning qualification requirements, call the Defense Supply Center Columbus (DSCC) at (614) 692-0544. The DC-DC Converters will be used as components of a telemetry system for the Sidewinder Missile Project training rounds. Units shall be manufactured in accordance with DSCC drawing number SMD 5962-9307401HXC, ?Microcircuit, Hybrid, Linear, +5 and +/-15 Volt, Triple Channel, DC/DC Converter?. The drawing can be found on the internet at http://www.dscc.dla.mil/Programs/MilSpec/DocSearch.asp. Maximum ratings: Input voltage range, -0.5 to +50 VDC; Power dissipation, 14 W, Output power 30.84 W; Lead soldering temperature (10 second) +300 degrees C; Storage temperature range, -65 to +150 degrees C. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 N68936-03-T-0092 is issued as a Request for Quote (RFQ). The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-11. This procurement is in accordance with FAR Part 13.5 procedures. All offerors shall submit proposals in writing by mail to Commander, Attn: Erin Strand, Code 220000D, Bldg 000982, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100; by fax to (760) 939-8186, or by electronic mail to erin.strand@navy.mil by 1400 local time 22 May 2003. The NAICS Code is 335999 and the Size Standard is 500 employees for this procurement. The purchase order has a DPAS rating of DO. The resulting purchase order will be a Firm-Fixed Price Indefinite-Delivery, Indefinite-Quantity (FFP-IDIQ) type contract for a basic period of performance of 5 years. The minimum quantity to be ordered for Years 1 through 5 is 100 units (to be ordered under Delivery Order 0001). The maximum quantity that may be ordered for Years 1 through 5 is 500 units. Delivery orders will be issued in accordance with the Ordering Clause of the purchase order. The minimum number of units to be ordered per individual Delivery Order is 1 unit. The maximum number of units that may be ordered per individual Delivery Order is 300 units. The contract ceiling amount will be established by multiplying the quantity of 100 (contract minimum) by the unit price of the stepladder 100-249 ea and adding that value to 400 (the quantity left after subtracting the contract minimum of 100 units from the contract maximum of 500 units) multiplied by the highest unit price in CLIN 0005 (Year Five). The actual dollar value of the contract may not reach the contract ceiling amount. Offerors shall submit unit prices for each year in accordance with the following stepladder pricing: 1-24 ea, 25-49 ea, 50-99 ea, 100-249 ea, 250-300 ea. CLIN 0001: DC-DC Converters for Year One, which is the period from Contract Award through 365 days after award. CLIN 0002: DC-DC Converters for Year Two, which is the period from 366 days through 730 days after award. CLIN 0003: DC-DC Converters for Year Three, which is the period from 731 days through 1095 days after award. CLIN 0004: DC-DC Converters for Year Four, which is the period from 1096 days through 1460 days after award. CLIN 0005: DC-DC Converters for Year Five, which is the period from 1461 days through 1825 days after award. The Contractor shall provide items under CLINs 0001-0005 in accordance with Drawing 5962-9307401HXC. Packaging and marking shall be in accordance with Drawing 5962-9307401HXC. Inspection and Acceptance shall be at Source. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Place of Delivery shall be the Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100. Time of Delivery shall be in accordance with 52.211-8 with delivery beginning 90 days after the effective date of the Delivery Order at a delivery rate of 20 units/month. The contractor has the option to ship more than the 20-unit/month minimum, up to the amount of the order, and to deliver early. Deliveries shall be in groups of 10, 20, 30, etc., units. If two orders are placed with overlapping delivery schedules, delivery of the second order shall begin consecutive to the first order placed. The following clauses/provisions also apply: 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 1998); 52.209-1, Qualification Requirements (Feb 1995); 52.212-1, Instructions to Offerors?Commercial Items (Sep 1999); 52.212-2, Evaluation?Commercial Items (Jan 1999) (Award will be based on lowest technically acceptable offer from a responsible source qualifying through Defense Supply Center Columbus (DSCC) under SMD 5962-9307401HXC); 52.212-3, Offeror Representations and Certifications?Commercial Items (Feb 2000) (Offerors shall include a completed copy of this provision with proposal); 52.212-4, Contract Terms and Conditions?Commercial Items (May 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Feb 2000) (including 52.203-6, 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33); 52.216-18, Ordering (Oct 1995) (to be completed at award); 52.216-19, Order Limitations (Oct 1995) (fill-in: Minimum of 1 unit; Maximum of (1) 300 units, (2) 300 units, (3) within 0 day); 52.216-22, Indefinite Quantity (Oct 1995) (to be completed at award); 52.233-2, Service of Protest (Aug 1996) (fill-in: Mary Jacobs, Code 220000D, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100); 52.246-2, Inspection of Supplies Fixed Price (Aug 1996); 52.246-16, Responsibility for Supplies (Apr 1984); 252.204-7004, Required Central Contractor Registration (Mar 1998); 52.215-5, Facsimile Proposals (Oct 1997); 252.204-7001, Commercial and Government Entity (CAGE) (Dec 1991); 252.212-7000, Offeror Representations and Certifications?Commercial Items (Nov 1995); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 1999) (including 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037); 252.246-7000, Material Inspection and Receiving Report (Dec 1991); 5252.243-9504, Authorized Changes Only by the Contracting Officer (Jan 1992) (to be completed at award). A Government Technical Assistant shall be named at time of award. A copy of standard commercial warranty shall be included with proposal. The internet address for FAR clauses/provisions is www.arnet.gov/far/ ; for DFARS clauses/provisions is http://www.acq.osd.mil/dp/dars/dfars.html; and for NAPS clauses/provisions is http://www.abm.rda.hq.navy.mil/nap1.html. The anticipated award date is 14 August 2003. Quotations may be submitted via electronic mail at erin.strand@navy.mil or by fax at (760) 939-8186. The POC for this requirement is Erin Strand, Contract Specialist, at (760) 939-7309 by phone, (760) 939-8186 by fax, or erin.strand@navy.mil by electronic mail. All responsible sources may submit a quotation, which shall be considered by the agency. See Numbered Notes 9 and 23.
 
Place of Performance
Address: N/A
 
Record
SN00314452-W 20030501/030429213743 (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  © 1994-2020, Loren Data Corp.