Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

40 -- Cable, Shore Power, THOF Enhanced

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-06-T-0464
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
Description
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 Request For Quote (RFQ) for the required item under RFQ N00189-06-T-0464; therefore, a subsequent RFQ document will not be issued. FISC Norfolk intends to purchase the following item: 44 RL of cable shore power, THOF enhanced, 600 volt, 500 MCM, 3 conductor. Statement of Work: General: Provide three 500 kcmil phase conductors under a single jacket. This specification exceeds the requirements of MIL-C-915/6J as specified by MIL-HDBK-1025/2 and OPNAVINST 11310.3A. Conductor: Flexible 500 kcmil tin coated copper, Class I (1221 strands) minimum, with unidirectional lay-up and optimized lay lengths. Conductor Separator: Non-hygroscopic opaque polyester, two mils thick. Insulation: Thermosetting 90 degrees C EPR meeting Type I (see Table 3-1) requirements of ICEA S-75-381 except the minimum tensile strength shall be 1200 psi. The minimum average insulation thickness shall be not less than 90 mils. The EPR insulation shall pass the UL 44 Long Term Insulation Resistance Test in 75 degrees C water. Color coding to be black, white, and red achieved by the use of colored insulation. Use of colored tapes is not permitted. Insulated conductors shall have a released agent applied to prevent the outer jacket from adhering to the insulation. There shall be no adhesion between the phase conductor insulation and the jacket. Assembly: The three conductors are twisted with an optimum lay length. Except for a center extruded rubber rod filler, no other fillers are permitted. No assembly binder tape is to be used. Jacket: The outer jacket shall be black flame retardant, extra heavy-duty thermoset material other than neoprene, specially formulated for high tear strength and good cut through resistance meeting ICEA S-75-381. The minimum average thickness shall be not less than 235 mils. The jacket is to be mold cured, two layers reinforced, filling the cable interstices. The two layers are to be applied in a single process; thereby, ensuring the adhesion of the layers. The reinforcement material shall be a suitable synthetic material. The mold release agent shall not contain silicon or wax. The jacket shall be compatible with, and shall not chemically react with, Stycast 2741 potting compound. The jacket shall have minimum tear strength of 40 lbs./in when tested in accordance with ICEA S-75-381 paragraph 6.4.13.7. Tests: Meets applicable requirements of ICEA S-75-381. The cable shall be capable of being sent by hand around a 20-inch diameter sheave or drum without damage to the cable. Bending will not require the use of machinery of any kind, or the use of any tool to gain mechanical leverage, or the application of any force other than the force applied by the weight of the, and the force applied by the hands. Submittals: Submit a sample of the cable being offered with your quote. Your quote shall be e-mailed to fannie.richardson@navy.mil and the sample shall be delivered to Mr. David Lane, Electrical Engineer, (757) 445-8558 ext 342 at Navy Public Works Center, Utilities Department, Building P71, Norfolk, VA 23511-3095. The cable will be evaluated to determine compliance with the specifications. The sample length shall be four feet minimum, not to exceed six feet. Delivery and Disposal : Cable to be delivered on reels to a location on Naval Station Norfolk as directed by PWC Utilities, Shore-to-Ship Branch, Mr. Donald Davis, (757) 445-1712. Each reel to contain at least 500 feet, to provide a usable cable length of 500 feet per reel, after connector termination. The contractor shall remove the empty reels from the Government property. The contractor shall coordinate disposal with PWC Utilities, Shore to Ship Branch. Cable Marking: (Manufacturer Name) 500 KCMIL 3/C 600 Volt 60 DEG C SHORE POWER CABLE ENHANCED THOF (year of manufacture) PROPERTY OF PWC NORFOLK. Award will be made to the lowest technically acceptable offeror. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2004) within this clause, the following clauses apply and are incorporated by reference: 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (DEC 2003), FAR 52.215-5 Facsimile Proposals (OCT 1997), The RFQ document, (N00189-04-T-0473), provisions and clauses which have been incorporated are those in effect through FAC 2001-24. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil/. At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested item, with its unit price, extended price, Total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Offers can be emailed to fannie.Richardson@navy.mil, or faxed to (757-443-1424) Reference RFQ N00189-06-T-0464, on your proposal. NAICS 335931 (500 Employees).
 
Record
SN01132971-W 20060903/060901221536 (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.