Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

59 -- POWER SUPPLY MODULE ASSEMBLY

Notice Date
2/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NWWA1200639124CMM
 
Response Due
3/15/2007
 
Archive Date
3/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for non commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 13 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Logistic Support Center (NLSC), located in Kansas City, MO needs a vendor to provide Power Supply Module Assemblies, 425NWS. The NWS is currently using Vaisala P/N 4257023. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NWWA1200639124CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.204-7 Central Contractor Registry (CCR), 52.204-8 Annual Representations and Certifications (Jan. 2006), 52.213-4 Terms and Conditions ? Simplified Acquisitions (Other than Commercial Items), 52.225-1 Buy American Act ? Supplies, 52.227-14 Rights in Data ? General, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.243-1 Changes ? Fixed Price, 52.249-1 Termination for Convenience of Government Alternate 1,. FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) { The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability providing the specified product; Warranty; Delivery; Past Performance (customer satisfaction, quality and timeliness); and Price.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NLSC, 1510 E Bannister Road, Building 1, Kansas City, MO 64131. A copy of the NWS Special Packaging / Marking requirement is available upon request. Please send request via email to carey.m.marlow@noaa.gov. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Friday, March 16, 2007. Offers may be faxed to 816-274-6923, Attn: Carey Marlow or sent via email to carey.m.marlow@noaa.gov. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Information, documentation, and descriptive literature which demonstrates the firm?s capability to provide equipment that meets or exceeds the Government?s requirement. 2. Information on the warranty that covers the equipment. 3. A delivery schedule. 4. A list of references including name and telephone numbers of firms to whom the offeror has provided equipment that is the same or equal to that described herein. 5. A completed price schedule for all line items identified in this notice (include standard catalog pricelist if applicable.). 6. Certification of registration in CCR. This is a firm fixed price request for quote. PRODUCT DESCRIPTION: The contractor shall provide twenty five (25) Power Supply Module Assemblies, P/N 4257023, NSN # NWS0-43-010-0005, ASN # S100-2A8MT3A1-PS1. RELAY SPECIFICATIONS: Operating voltage (47-63 HZ), [VRMS] : 24-280 Max. Load Current [ARMS] : 25 Min. Load Current [MARMS] : 40 Transient Overvoltage [VPK] : 600 Max. Surge Current (16.6MS), [APK] : 250 Max. On-state Voltage Drop at Rated Current [VPK] : 1.6 Thermal Resistance Junction to Case [C/W] : 1.02 Maximum I 2 T for Fusing (8.3 MSEC) [A 2 SEC] : 260 Max. Leakage Current at Rated Voltage [MARMS] : 10 Min. Off-state DV/DT at Max. Rated Voltage [V/SEC] : 200 Max. Turn-on Time ? cycle (DC Control) 10.0 MSEC Max. Turn-off Time ? cycle (DC Control) 40.0 MSEC Power Factor (Min.) with Max. Load : 0.5 Input Specifications DC Control AC Control Control Voltage Range 3-32 VDC 90-280 VRMS (60 HZ) Max. Reverse Voltage -32 VDC Max. Turn-on Voltage 3.0 VDC 90 VRMS Min. Turn-off Voltage 1.0 VDC 10 VRMS Nominal Input Impedance 1500 OHMS 60K OHMS Typical Input Current 3.4 MA at 5 VDC, 20MA at 28 VDC Items shall be delivered in accordance with NWS special packaging/marking requirement (see attachment A). BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Power Supply Module Assembly, P/N 425NWS NSN NWS0-43-010-0005 ASN S100-2A8MT3A1-PS1 Quantity needed ? 25 each $______________ $_________________ FOB Destination GRAND TOTAL: $_________________ DELIVERY SCHEDULE: Proposed Delivery Date ______________________________________ END OF NOTICE
 
Place of Performance
Address: NATIONAL LOGISTICS SUPPLY CENTER, 1510 E BANNISTER ROAD - BLDG 1, KANSAS CITY, MO 64131
Zip Code: 64131
Country: UNITED STATES
 
Record
SN01239608-W 20070301/070227220436 (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.