Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOLICITATION NOTICE

52 -- Potentiometer

Notice Date
3/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R06T0016
 
Response Due
3/13/2006
 
Archive Date
5/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for a commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplem ented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated prov isions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 dated 27 January 2006 and Defense Federal Acquisition Regulation (DFAR) Supplement, current to DCN 20060123. The awarded contract will be firm fixed price. This comme rcial item acquisition is 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 334519 with a size standard of 750. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of three Contract Line Item Numbers (CLIN). CLIN 0001, Quantity 40, Unit of Issue: Each, Description: 0-30 inch string Potentiometer model MT2A-30E-33-10K-M1, sa lient characteristics for flight/crash test type string potentiometer overall dimensions shall be equal to or less than 2.9 inches in height from bottom of mounting plate to cable eyelet center 2.2 inches by 1.6 inches wide, mounting bracket capable of 2 a xis 360 degree rotation flexibility, full stoke range 30 inches 0.190 inches diameter cable eyelet hole, 33 oz. cable tension, chassis mounted electrical connector on perpendicular side away from pull cable, accuracy +/- 0.25% full stroke, repeatability + /- 0.02 % full stroke, input electrical resistance 10,000 ohms capable of 30 volt dc input voltage, output circuit is voltage divider (potentiometer), output signal change over measurement range 94% +/- 4% of input voltage mating electrical connector LEMO FGG.OB.304.CLAD52, operating temperature range -40 deg. C to +125 deg. C, maximum pull cable acceleration 136 G or better, GAM EG 13 Certification required CLIN 0002, Quantity 10, Unit of Issue: Each, Description: 0-60 inch string Potentiometer model PT101 -0060-111-110, salient characteristics for instrument type string potentiometer 60 inch pull length overall dimensions shall be equal to or less than 2.57 inches in height from bottom of mounting plate to top of pull cable eyelet 3.3 inches by 7.5 inches w ide, full stoke range 60 inches, 13 oz. cable tension chassis mounted electrical connector on perpendicular side away from pull cable, accuracy +/- 0.25% full stroke repeatability +/- 0.02 % full stroke, input electrical resistance 500 ohms capable of 30 v olt dc input voltage output circuit is voltage divider (potentiometer), output signal change over measurement range 94% +/- 4% of input voltage, mating electrical connector MS3106E-14S-6S, operating temperature range -40 deg. C to +90 deg. C maximum pull c able acceleration 4 G or better.CLIN 0003, Quantity 10, Unit of Issue: Each, Description: 0-100 inch string Potentiometer model PT101-0100-111-1110, salient characteristics for instrument type string potentiometer 100 inch pull length are as follows: overa ll dimensions shall be equal to or less than 2.57 inches in height from bottom of mounting plate to top of pull cable eyelet 4.25 inches by 8.0 inches wide, full stoke range 60 inches, 13 oz. cable tension, chassis mounted electrical connector on perpendic ular side away from pull cable, accuracy +/- 0.10% full stroke repeatability +/- 0.02 % full stroke, input electrical resistance 500 ohms capable of 30 volt dc input voltage, output circuit is voltage divider (potentiometer), output signal change over meas urement range 94% +/- 4% of input voltage, mating electrical connector MS3106E-14S-6S, operating temperature range -40 deg. C to +90 deg. C, maximum pull cable acceleration 5 G or better. It is anticipated award will be made to the technically acceptable, low priced offer. If you provide a quotation for other than the Brand Name specified you must provide technical information and descriptive literature about the product you propose so that a technical determination can be made in the review process. All quotes shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma AZ 85365. Vendors that are subject to the Arizona Transaction Privilege Tax must include that cost in their quotes. Its is anticipated that payment of the contract, resulting from this CSS, will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their proposal. All proposals shall be clearly marked with RFQ number W9124R-05-T-0016 and emailed to erik.reta@yuma.army.mil or sent by facsimile to 928-328-6849 no later than Noon MST, 13 March 2006. The deadline for technical questions is Noon MST, 7 March 2006. In ad dition, all questions concerning this requirement must be emailed to erik.reta@yuma.army.mil . Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions o f this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2006). An offeror shall com plete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov . NOTE: in order to compl ete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 5 2.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) with Alternate I (Apr 2002). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sept 2005). FAR 52.211-6 Brand Name or Equal (Aug 1999). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Feb 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: 52.219-6 Not e of Total Small Business Set-Aside ( Jun 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segrega ted Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (J un 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005) applies to this Acquisition, and specifically 252.225-7001 Buy Am erican Act trade Agreements Balance of Payments Program (June 2005) and 252.232-7003 Electronic Submission of Payments Requests (Jan 2004). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and e mail address to Erik Reta via email to erik.reta@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01000797-W 20060308/060306212338 (fbodaily.com)
 
Source
FedBizOpps 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.