Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

59 -- Ruggedized Power Supplies (RPS)

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-05-R-5081
 
Response Due
5/2/2005
 
Point of Contact
Gabrielle Trickett, Contracting Officer , Phone (703) 784-2242 Ext: 2558, Fax (703) 784-4424, - Gabrielle Trickett, Contracting Officer , Phone (703) 784-2242 Ext: 2558, Fax (703) 784-4424,
 
E-Mail Address
trickettge@mcsc.usmc.mil, trickettge@mcsc.usmc.mil
 
Description
The Marine Corps System Command has a requirement for up to 2,028 Ruggedized Power Supplies (RPS). The NAICS code for this procurement is 335999. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 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. The subject Request for Proposals (RFPs), M67854-05-R-5081 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. Scope: The RPS shall address the technical requirements of the Performance Specification (PS). Within the PS, the Critical Performance Parameters must be met to be minimally acceptable. All other performance elements describe the desired level of performance. Intended Use: The RPS is one of several in the USMC family of power supplies. The key application for this power supply is in-field usage, thus the need for a ruggedized system. Characteristics: The RPS, with 115 VAC nominal power input shall provide up to 60 Amps of 18-30 VDC output. The RPS and all components shall be capable of operating in temperatures ranging from –25F to +131F. The RPS shall include all associated cables, connectors, and over-pack of operator’s manual. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the RPS and all components. Packaging: Best commercial practices. Commercial Warranty: Warranty provisions or exclusions shall be clearly stated in the offerors' proposal submission. The Government anticipates issuing an Indefinite Delivery, Indefinite Quantity (ID/IQ) Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and period of performance are as follows: Period of Performance: 12 months beginning on the effective date of contract award with (4) four 12-month option periods (maximum ordering period not to exceed 60 months). Contract Minimum Quantity is 25 units. Contract Maximum Quantity is 2,028 units. Order Minimum Quantity is 1 unit. Order Maximum Quantity is 2,028 units. These units will be shipped F.O.B. destination throughout the Continental United States. The primary destinations will be Camp Pendleton, CA, Camp Lejeune, NC, 29 Palms, CA, and Albany GA. Offerors may propose stepladder quantity pricing, (e.g., 1 - 10, $xx; 11-20, $xx) for the Base year i.e. CLIN 0001 and Option years 0101, 0201, 0301 and 0401 respectively. However, the price will be evaluated on a quantity of 300 units for each year. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2004): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal. An original and four (4) written copies and (2) two CD-ROM copies of the proposal are required. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined technical/business proposal shall not exceed 35 total pages. Supporting documentation, product literature, commercial technical manuals with parts listing may be submitted on a CD-ROM, appropriately referenced in the written proposal, and compatible with Microsoft Office applications. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 2:00PM (EST) 02 May 2005: COMMANDER, Attn: Mrs. Gabrielle Trickett, CTQ, MARCORSYSCOM, 2200 Lester Street, VA, 22314-5010. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Evaluation Factors: Operational Effectiveness – Describe your ability to currently meet the performance requirements stated in the Performance Specification for the RPS. Key features to address include Technical Compliance with Specification, Ruggedization, Size and Weight, and Additional (Value) Features. Supportability - Key Supportability issues to address include Durability, Technical Data, and Warranty. Address any specific commercial or extended warranty provisions for the product. Past Performance - Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Relative Order of Importance: (i) Operational Effectiveness - Most important. (ii) Supportability – Next in importance. (iii) Past Performance - Less important. Price - Evaluated, but not rated. Award shall be made to the offeror whose proposal presents the best value to the Government. In making its "Best Value" determination, the Government will consider overall technical, supportability, and past performance merit to be of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. Failure to meet each and every requirement will not automatically disqualify an offeror from consideration for contract award. The government will utilize the PS to evaluate the relative strengths and weaknesses of each offeror's technical solution. Value Added features, as listed by the Government or proposed by the offeror will be factored in. 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. FAR Clauses: 52.212-3, Offeror Representations and Certifications, (Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company’s ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN).The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help). 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5,Contract Terms and Conditions Required To Implement Statutes or Executive Orders within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.O.B. Destination. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Point of Contact Gabrielle Trickett, Contracting Officer, Phone (703) 432-3616, Fax (703) 432-3532, Email gabrielle.trickett @usmc.mil. RUGGEDIZED POWER SUPPLY (RPS) PERFORMANCE SPECIFICATION CONFIGURATION P.1. The Ruggedized Power Supply (RPS) shall comply with the performance characteristics of MIL-PRF-28800, Class 2 equipment. P.2. In accordance with Class 2 equipment, the RPS shall be designed for rugged operational environments where the environmental conditions are routinely encountered in an unprotected, uncontrolled climate. This equipment is intended to be used in tracked and wheeled vehicles, and above deck and other areas where they will be unprotected. P.3. The RPS enclosure shall provide protection for the contained system components during storage, handling, and use compatible with the contained class of equipment. P.4. The RPS dimensions shall not exceed 8 inches wide; 18 inches high and 17 inches deep. P.5. The RPS weight will not exceed 50 lbs. P.6. The RPS overall design should incorporate methods to protect personnel from inadvertent contact with voltages capable of producing shock hazards. ELECTRICAL P.7. The RPS shall be capable of providing 18-30 volts DC power. THIS IS A CRITICAL PERFORMANCE PARAMETER. P.8. The RPS shall provide an output range of 0 to 60 amps. THIS IS A CRITICAL PERFORMANCE PARAMETER. P.9. The RPS shall provide an output ripple of less than 225 mV over the entire output range of 0 to 60 amps. P.10. The RPS shall have a drift in output voltage of less than 1% over 8 hours at constant temperature and load. P.11. The RPS maximum input power consumption shall not exceed 2150 watts under all conditions of operation. P.12. The RPS will include a resetable breaker on the input for protection. An input fuse is acceptable if an integral spare is provided. TRANSPORTATION / TRANSPORTABILITY P.13. The RPS shall withstand the impact forces encountered in shipment and transport without damage or permanent deformation. (Mil Std 810 514.5 Procedure I and II - Loose Cargo Bounce Test). THIS IS A CRITICAL PERFORMANCE PARAMETER. P.14. The RPS shall be capable of being transported worldwide without disassembly via commercial rail, marine, and highway. P.15. The RPS system shall be provided with handle(s) for transport. INTERFACES - INPUT P.16. The RPS shall operate with input power of 103 to 126.5 Volts AC, 60 cycles. THIS IS A CRITICAL PERFORMANCE PARAMETER. P.17. The RPS shall include a Cannon Type MS-3102R22-2P connector on the front panel for input connections. P.18. The RPS input connection (or cable) shall be wired Pin A - Hot, Pin B – Ground, and Pin C - Neutral P.19. The input connector shall be labeled J1. P.20. The RPS shall be provided with one (1) input cord set that shall terminate with a Cannon Type MS-3106F22-2S on one end and a NEMA 5-15P or 5-20P plug (depending on current draw) on the other end. P.21. The input cord shall include a waterproof and positive mechanical detachable connection to the front of the RPS. P.22. The input cord set shall be six feet long, +/- 6 inches. P.23. The input cord set shall be type SJEOOW. P.24. The input cord for the RPS shall meet NEMA and NEC standards for wiring. INTERFACES - OUTPUT P.25. Output voltage regulation shall be +/- 1 volts across the input voltage span of 103 to 126.5 Volts AC. P.26. Voltage shall be manually adjustable over the entire output voltage range. P.27. Voltage setting shall be provided over the range of 0-60 amps. P.28. Voltage adjustment shall be lockable at any given set point. P.29. Voltage adjustment shall require no special tools or instruments. P.30. The RPS will have meters for voltage and current that will operate over the entire temperature range. P.31. Meters for voltage and current shall provide an error of less than 2% in display accuracy. P.32. Digital displays are acceptable as long as they operate over the entire temperature spectrum and can be manually or electrically blanked out for blackout operation. P.33. The RPS shall include a Cannon Type MS-3102R22-2S socket on the front panel for output connection. An adaptor cord that terminates in the required socket connector format on the output end is acceptable. P.34. The output shall be labeled J2. P.35. The contractor shall provide a Cannon Type MS-3106F22-2P connector as an over pack to the RPS. P.36. The RPS output connection (or cable) shall be wired as follows: Pin A-DC Plus, Pin B-Chassis Ground, Pin C-DC Minus. P.37. If provided, output cords shall be of type SJEOOW. P.38. If provided, output cords shall include a mechanical lock to the RPS. P.39. If provided, output cords shall be waterproof. P.40. If provided, output cords shall be protected from inadvertent damage. ENVIRONMENTAL COMPATIBILITY P.41. The RPS case and external fittings shall be designed to make the unit splash proof, drip proof, and corrosion resistant. (Ref: Mil STD 810F 506.4 Procedure II and III) P.42. The RPS case and external fittings shall be designed to make the RPS dust resistant. (Ref: Mil STD 810F 510.4) P.43. The RPS shall have a temperature coefficient of no greater than 0.02% voltage regulation for any one degree C change. P.44. The RPS and all components shall be capable of operating in temperatures ranging from –25F to +131F. THIS IS A CRITICAL PERFORMANCE PARAMETER. P.45. The RPS and all components shall remain operable after storage in temperatures ranging from -59 degrees F to 160 degrees F. P.46. The RPS and all components shall remain operable in humidity’s of 5 to 95% +/- 5%. P.47. The RPS shall be immune to radio frequency (RF) / Electromagnetic Interference (EMI). To control the electromagnetic emissions and susceptibility characteristics of the RPS, the installation of electrical/electronics subsystems and associated interface shall conform to the performance requirements for CE102, RE102 and RS103 of MIL STD461E for the Ground Navy installation. SUPPORTABILITY P.48. The Mean Time Between Failure for the RPS shall be 50,000 hours or greater. P.49. Each assembly shall be provided with an over-pack of a paper version of a complete manual to include operation & maintenance instructions, wiring diagrams, and schematics and parts breakdown listing. P.50. The RPS shall be provided a one-year warranty on parts and labor for the product starting on date of receipt by the USMC. P.51. Warranty for the RPS shall cover transportation costs from and to the USMC using unit. VALUE ADDED FEATURES V.1. It is desired the RPS shall operate with input power of 85 volts to 280 volts AC and maintain an output voltage regulation of +/- 1 volt. V.2. It is desired the RPS shall operate with input frequency of 40–400 hertz and maintain an output voltage regulation of +/- 1 volt. V.3. It is desired the RPS shall be constructed in such a manner that internal wiring is not affected or damaged during calibration or service. V.4. It is desired any tool required for operation of the RPS shall be provided with each RPS. V.5. It is desired the RPS shall, as specified at time of each contract award, shall painted in accordance with FED STD 595 “Colors Used in Government Procurement”. Paint color to be used will be Olive Drab, paint chip #383. V.6. It is desired the RPS shall conform to all current Occupational Safety and Health Administration (OSHA) and Environmental Protective Agency (EPA) requirements. V.7. It is desired the RPS shall not require a mean time to repair (MTTR) of more than 2 hours. V.8. It is desired of the RPS that all parts shall have the same manufacturer's part number, and shall be interchangeable (i.e. component from one RPS with another across the duration of the RPS contract). V.9. It is desired the RPS shall not incorporate any components that are long lead items requiring greater than 60 days from order-to-delivery. V.10. It is desired the RPS shall be provided with an identification plate showing the manufacturer's model number, national stock number (NSN), serial number, date of manufacture, CAGE code, Nomenclature, contract number and warranty expiration date. V.11. It is desired the RPS shall be UL, or equivalent body, listed. V.12. It is desired the RPS shall be provided with a CD-ROM in protective case that includes an electronic copy that is Adobe Acrobat® compatible of the Operators/Maintenance Manual, Parts Breakdown List, Wiring Diagrams and schematics. V.13. It is desired that each RPS be provided with a self-executing, training CD-ROM in protective case for Operator Instruction. V.14. It is desired that the input and output cables, if provided, include environmental covers for the connectors. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67854/M67854-05-R-5081/listing.html)
 
Record
SN00829076-F 20050615/050613212602 (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.