Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

66 -- Modular Test Analyzer

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-08-T-0100
 
Response Due
7/24/2008
 
Archive Date
8/8/2008
 
Point of Contact
Danielle Ramos, Phone: 732-323-1077, Elaine Lovering,, Phone: 732-323-5221
 
E-Mail Address
danielle.ramos1@navy.mil, elaine.lovering@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for Commercial items authorized under FAR Subpart 13.5 Simplified Acquisition and prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is 100% Set Aside for Small Business. FOB: Destination. The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ is looking to procure the following items: (1) one Modular Test Analyzer to be used to test prototype wiring assemblies such as cables, harnesses, relay control boxes, wired interface panels, and prototype test boxes which are being developed to support other Navy laboratories, as well as Navy Aircraft platforms, and support equipment. The test system will also be used to fix existing cable harnesses used in the Navy Fleet. Specifications for the test system; (1) A design that is scalable, reconfigurable and provides an open architecture. An open architecture is characterized as utilizing well-established, non-proprietary standards for interfaces, services, software, and supporting formats. (2) A Central Processing Unit (CPU) that shall be easily seperated from the test system so that it can be upgraded to newer technology without causing any additional hardware/firmware changes to the test system. (3) A modular connector and multibus switching architecture, covering at least 100 channels, that supports the use of one-to-one universal adapter cables which do not need to be dedicated to a specific assembly or system, this would require applying the multibus signals without having to breakout parallel lines from the universal adapter cables. (4) The ability to test wire assemblies containing/interfacing with relays, indicators, flight control panels, and junction boxes. (5) A fault locator technique which shall automatically determine the relative distance to fault in cable and harness assemblies. The information shall be logged to a report for recall on screen and printing. (6) 1,000 point switching with at least 100 channels for multibus application. (7) Programmable power supply (0-30VDC, 5 Amp minimum) available to multibus switching for stimulus power for test article components. (8) Software for; Adapter cable design, build instructions, bill of materials and adapter cable labels; Adapter cable inventory control; Creating hookup instructions, verification test and test programs for simple and complex circuits; Generating and viewing real time schematics diagrams of the harness under test; Logging data to error reports; Text editor for writing test programs; syntax checker. (9) 1000 VDC Dielectric Strength and Insulation Resistance tests with programmable resistive current limits, voltage, ramp rates, and dwell time limits, shall be compliant with MIL STD 202G Method 301/302 and all proper safety mechanisms shall be incorporated. The tester shall provide pass/fail indication and measurement of the leakage current. (10) The test system shall fit on an existing laboratory workbench and shall not exceed the current tester footprint of 400 square inches. This leaves adequate work space for the UUT and ancillary test equipment. Ship to: Lakehurst, NJ 08733. Inspection and Acceptance at Destination. FAR 52.212-2, Evaluation – Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest price offered. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and DFARS 252.212-700 Offeror Representations and Certifications – Commercial Items (Nov 1995) with its offer. Notice of Small Business Set Aside, FAR Clause 52.219-6. FAR 52.212-4, Contract Terms and Conditions – Commercial Items is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following Provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-8, Utilization of Small Business Concerns; 52.222-35, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the 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; 52.225-15, Sanctioned European Union Country End Products; 252.232-7003, 52.247-64 Preference for Privately Owned U.S. – Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buyer American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. Warranty: the Offeror’s commercial warranty of a least one (1) year shall apply and should be stated in the quotation. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and the claim procedures. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. Refer to the following website for information on clauses incorporated into the announcement: http://farsite.hill.af.mil/. All vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. It is mandatory to register with the CCR as your Duns Number (Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in the subsequent order. All responses will be made to Danielle Ramos at fax 732-323-2359 or Email: danielle.ramos1@navy.mil. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency. Closing date is 24 July 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63eccaf2384b1d1bde24dc60dde8fb67&tab=core&_cview=1)
 
Place of Performance
Address: ., United States
 
Record
SN01610138-W 20080711/080709222255-63eccaf2384b1d1bde24dc60dde8fb67 (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  © 1994-2020, Loren Data Corp.