Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

49 -- Torpedo Control Panel (TCP) Enclosure

Notice Date
8/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305T0075
 
Response Due
8/23/2005
 
Archive Date
9/22/2005
 
Description
This requirement is in support of the Naval Undersea Warfare Center Division Keyport, 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-05-T-0075. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circulars 2005-05. The applicable NAICS Code for this requirement is 332995 and has a size standard of 500 employees. NUWC Division Keyport has a requirement for the following: CLIN 0001: 4 Each, Torpedo Control Panel Rugged VME Enclosure. The following characteristics are required for the Torpedo Control Panel Rugged VME enclosure with power and health/status monitoring! : ENCLOSURE: (1) Machined aluminum alloy, with Class II Anodized finish. (2) EMI qualified. (3) Shock Qualification to MIL-STD-901 Lightweight, Grade B. (4) FED-STD-595-26307 (grey) paint on all external surfaces. Internal surfaces may utilize chemical conversion coating (Alodine). (5) Overall dimensions: 9U H (15.75?) x 17? wide (plus rack mounting ears), and 21? deep maximum, compatible with submarine hatches. (6) 18-slot wide, 6Ux160mm rugged card cage, removable with connector from the right hand side of the enclosure when extended. (7) Mounting for peripheral devices above top of the card cage. (8) Card cage secured with captive fasteners and thrust pins. (9) Access panel secured with captive fasteners on top of the enclosure to allow access to peripherals. (10) Captive hardware (threaded inserts) for rack slides and side handles. CARD CAGE: (1) 18-Slot, discrete VME J1 backplane installed 5mm-tail, 96 pin DIN connectors, J1-all slots. On board terminati! on, automatic BUSGRANT/IACK jumbers (ABG). (2) Machined metal card glides. (3) Minimal resistance to vertical air flow. (4) Provision for air damming of vacant slots. COOLING: (1) Three 12VDC, 110+CFM fans ? Lower front to upper rear air path. (2) Fans removable from the rear. (3) Removable, washable front mounted air intake filter. (4) Temperature sensor locations to be determined. FRONT DOOR: (1) Hinged and removable front door with captive fasteners. (2) EMI gasketing attached to either door or enclosure. (3) Removable blank panel minimum 4.5 inches tall by 14.5 inches wide, with a minimum of 4 inches of clearance in depth. (4) Frame and captive fasteners to retain System health monitoring feature. (5) System health monitor board and display electrically and software compatible with DawnVME?s RuSH(TM) system. (6) Remote monitoring and contol of fan speeds, system temperature, system power, elapsed time meter, via internet IP address. (7) Polymeric led disp! lay to be located in the center top of the door. POWER SUPPLY: (1) 800W minimum Power Supply. (2) Auto ranging, 90-264VAC, 47-440Hz input. (3) Minimum Peak Listed ?(+5V at 50A, +28V at 6A, +12V at 15A, -12V at 15A). (4) Circular MIL STD ac-inlet socket with wired or unwired mating plug. (5) Internal main power switch, backlane reset switch. (6) Enclosure Fully Assembled, Wired and Tested. REAR I/O: (1) Minimum of three 4-slot wide blank rear I/O panels, w/captive fasteners. (2) One rear I/O panel with cutout for TBD ac inlet. (3) Provision for installation of RS232 and RJ45 ports in rear of enclosure. Required delivery to be on or before October 31, 2005. FOB Destination: NUWC Division Keyport, Keyport, WA 98345-7610. Inspection/Acceptance at Destination. Responsibility: Offerors must meet the standard for FAR 9.104. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors. Offerors are advised that a completed copy of the provisio! n at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7035 Buy American Act NAFTA Implementation Act Balance of Payments Program Certificate must be a part of their quote. Following are additional FAR and DFARS Clauses applicable to this acquisition: 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offerors Representation and Certification-Commercial Items, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.247-34 FOB Destination, and 52.252-2 Clauses Incorporated By Reference. The following FAR clause cited in clause 52.212-5 are applicable to this acquisition: 52.203-6A1 Restrictions on Subcontractor Sales to the Government, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52! .222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Following DFARS clauses and provisions are applicable to this acquisition: 252.204-7004A Required Central Contractor Registration, 252.211-7003 Item Identification and Valuation, 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial ! Items. The following FAR and DFARS clauses cited in Clause 252.212-7001 are applicable to this acquisition: 52.203-3 Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7014 Preference for Domestic Specialty Metals, 252.225-7036 Buy American Act NAFTA Implementation Act Balance of Payments Program, 252.247-7023, Transportation of Supplies by Sea. Quotes/Offers are due no later than August 23, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-A3. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, (3) submit manufacturer information of proposed items and (4) ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). T! he Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single award for all items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Past performance evaluation criteria to be price and the Navy Red/Yellow/Green da! tabase. Any questions should be submitted in writing via the fax number provided above or e-mailed to AlAgbaTS@kpt.nuwc.navy.mil . To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Offerors are also advised that representations and certifications may be completed electronically via the ORCA website at http://orca.bpn.gov. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-responsive and result in rejection of the same.
 
Web Link
NUWC Keyport Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00860639-W 20050804/050802212748 (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.