Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

59 -- power suroce system

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-09-T-0159
 
Point of Contact
Francine L Keys, Phone: (301) 757-9057
 
E-Mail Address
francine.keys@navy.mil
(francine.keys@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-09-T-0159 is issued as a request for proposal (RFP). The applicable NAICS is 335999 The Government intends to solicit on a competition base under the authority of FAR 6.203. Interested parties may submit a proposal in which they identify their interest and capability. All proposals received by 2:30 PM Eastern Standard Time; August 19, 2009 will be considered by the Government solely for the purpose of determining a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation etc., in order for the Government to make an adequate technical assessment of the proposal. The Government reserves the right to process the procurement on a sole source basis upon the responses received. The government will not pay for any information received. The firm fixed price contract line item number is: Power Source System, SCOPE The Contractor shall provide a minimum of 20.75 KVA AC/DC Power Source system, Programmable Power Supply (PPS), to include cabinet, manuals, delivery, and warranty as detailed within this Statement of Work (SOW). BACKGROUND The Naval Air Warfare Center - Aircraft Division (NAWCAD) has a requirement for a additional three phase / single phase / DC Power Source/PPS to meet addition work load requirement. The PPS will be utilized to meet numerous power needs in support of MIL-STD-704, MIL-STD-810 and MIL-STD-461 labs to be used at the Power and Propulsion Department, Electrical Systems Laboratory (ESL). The ESL is a testing facility that consists of numerous test areas that are designed to evaluate electrical power generation, battery and power conversion systems, electrical power distribution systems, electrical power quality, electrical starting and emergency electrical power systems. REQUIREMENT CLIN 0001 – Power Source/Programmable Power Supply – Quantity 1 Each The PPS must meet the below minimum requirements: 1.0 INPUT POWER (Utility Service) The PPS shall be rated to at least 20.75 KVA continuous operation. The PPS system must accept 480 volt three phase, 57 to 63 Hz. PPS must be able to ride through a 3 milli second power loss. Minimum efficiency is 70% at full load. Utilities must have external, easy access connection. 1.1OUTPUT POWER REQUIREMENTS 1.1.1AC Voltage – Full rated power to at least 20.75 KVA a) Single phase and three phase capable and AC plus DC programmable. b) Output voltage range 5 through 300 Vrms line to neutral, accuracy +/- 0.1% of range resolution 0.05 % of full scale. c) Minimum output current capacity per phase shall be 50 amps in three phase, and 140 amps in single phase. d) Frequency range 10 Hz through 8 kilo Hz. Accuracy +/- 0.01% at 25C, resolution 0.05 at 400 Hz. Slew rate of 1 kilo Hz per second at 1 kilo Hz. e)Voltage drop sensing correction capability up to 5volts. f)Crest Factor 4.0. g)Maximum Total Harmonic Distortion at 400 Hz, shall be 0.5%. h)Phase angle resolution shall be 0.1 degree. i)Line Regulation shall be, Line 40 Hz to 5 kilo Hz +/- 0.025% at a 10% load change. Load 0.025% of ful1 scale on a pure resistive load. 1.1.2DC Voltage – a) Output voltage range shall be 5 through 300, with an accuracy +/- 0.1% of range, resolution 0.05 % of full scale. b) Output current capacity shall be at least 140 amps. 1.1.3AC plus DC Output Capable 1.2 PORTABLE CABINET/CONSOLE MOUNTED 1.2.1General Description a)The PPS shall be installed in an enclosure for mounting indoors and self contained for mobility using casters. b)The PPS shall not exceed the following dimensions: H - 78 inches, W – 32 inches, D – 48 inches. c)The PPS weight shall not exceed a two man move on casters. 2.0SYSTEM PERAMITERS 2.1ENVIRONMENTAL 2.1.1General Description a)The PPS shall operate in a temperature range of 32 degrees F through 113 degrees F. Storage temperature shall be-40 degrees F to 158 degrees F. b)The system shall have the capability of self cooling within the cabinet. c)The PPS shall operate up to 85% humidity at 77 degrees F. 2.2OPERATOR INTERFACE 2.2.1General Description a)Operator shall be able to control the PPS and all function at the unit/cabinet. b)The PPS shall be capable of remote operation for all functions through IEEE GPIB interface. c)PPS shall have the additional capability to interface with a 4 channel arbitrary waveform generator through direct input to the amplifiers. d)There shall be BNC outputs for viewing and capturing waveforms with remote instruments, with1 Meg ohm load. e)PPS must have waveform trigger output, Sync output, Clock /lock, external amplitude modulation 0 to 5 Vrms, external drive 0 to 5 Vrms (DC to 5 KHz, external gain control to + and - 7.07 volts DC. f)PPS capable of creating and saving at lest 50 front panel setups. 2.3WAVEFORM CREATION CAPABILITY a)PPS shall have a wave shape/form library to hold at least 50 RAM preset waves and ROM user waves. The RAM library must contain the following wave shapes as a minimum: Square, Triangle, Sine, Clipped, Sine waves with DC offset, Ripple up to 4 volts peak to peak @ 28 Vdc and waves with harmonics. b)PPS shall have wave a sequence capability library of at least 1000 user created segments 1milli second to 1000 seconds in length. c) PPS shall be capable of MIL-STD-704 out put transients and have an accessible library and able to load user created transients through GPIB. d)PPS shall operate with government owned 4 channel arbitrary waveform generator, Fluke model 294. e)PPS shall be able to create and store voltage disturbance waves containing spikes, surges, sags, dropouts, and distortion waves as a minimum. The PPS shall be capable of creating and storing the disturbance waves on multiple cycles and sub cycles. f)PPS shall be able to create and store all the above on AC three phase, single phase and DC as applicable. 3.0PROTECTIVE FUNCTIONS 3.1.1PPS Protections Protective functions that directly protect the PPS are as follows: a)Overvoltage Shutdown – Programmable from 15 to 500 Volt peak. b)Current Limit Shutdown – Programmable, settable to 1% of voltage range. c)Current Limit With Timed Shutdown – Programmable, settable to 1% of voltage range, from 100 milli seconds to 10 seconds. d)Constant Current - Programmable, settable to 1% of range. e)Over Temperature shutdown. CLIN 0002 – PPS amplifiers shall be able to be directly controlled by external means with devices such as 4 channel arbitrary waveform generators to increase the capabilities of the PPS and create unique MIL-STD-704 ripple and voltage distortion waveforms. – Quantity 1 Each – Not Separately Priced (NSP) CLIN 0003 – Standard Warranty (one year) – Quantity 1 Lot NSP Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's right regard to the terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 Instruction of Offerors -Commercial Items (Jan 2005) is incorporated by reference and applies to this acquisition. Therefore, the provisions at 52.212-2 Evaluation - Commercial Items (Jan 1999) do apply to this acquisition. The Government will evaluate proposals to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered: e.g. a copy of current catalog, invoices for the same services etc. The offeror shall complete only paragraph (j) of the provision in FAR 52.212-3 Offeror Representations and Certifications--Commercial items (Jan 2005) if the offeror has completed the annual representatives and certificates electronically at http://orca.bpn.gov. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of the provisions. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Dec 2004) is incorporated by reference. However, for paragraph (b) only the following clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.22-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129), 52.232-33, Payment by Electronic Funs transfer-Central Contractor Registration (31 U.S.C. 3332). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications- Commercial Items (Nov 1995). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 But American Act -North American Free Trade Agreement Implementation Act- Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). The DFARS clause at 252.204-7004 Required Central Contractor Registration Alt A (Nov 2003) is incorporated by reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-09-T-0159/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01899358-W 20090806/090805001124-ec62f166afb928e97781b42288e4ba25 (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.