Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOLICITATION NOTICE

59 -- Signal Conditioning Amplifier

Notice Date
7/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AE1179B002
 
Archive Date
8/23/2011
 
Point of Contact
Ryan Richardson, Phone: 6612770760
 
E-Mail Address
Ryan.Richardson@edwards.af.mil
(Ryan.Richardson@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - F1S0AE1179B002 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and DFARs Change Notice (DCN) 20110725. NAICS is 335999 with a small business size standard of 500 employees. This acquisition is a 100% small business set-aside. The Air Force Flight Test Center (AFFTC), at Edwards AFB, CA is seeking potential sources capable of providing the following products: This unit must be in exact form, fit, and function with Goodrich Sensor Systems model # 0510GA1A4. 1. Noun: Signal Conditioning Amplifier Qty: 3 MINIMUM SALIENT CHARACTERISTICS/SPECIFICATIONS: SPECIFICATIONS: PRT Compatibility: -Ice point (R0) of 50, 100 or 500 ohms -Temperature coefficient (a) of.00385,.00390,.003915 or.003925 Ω/ΩºC PRT Leadwire Connections: -Three wire with 0.25Ω maximum leadwire resistance Accuracy: -Signal conditioner output will be within ±0.25% of Full Scale (FS) for all inputs. Accuracy is based on Root-Sum-Squared (RSS) summation of the following error components: • Long-Term Stability: 0.05% FS (maximum) • Repeatability: 0.1% FS (maximum) • Linearity: 0.15% FS (based on least-squares method) • Temperature Sensitivity: 0.002% FS/ºC (maximum) • Supply Sensitivity: 0.01% FS/volt (maximum) Momentary Power Interruption: Automatic recovery Signal Conditioner Temperature Range: Operating: -54ºC to +71ºC (-65ºF to +160ºF) Storage: -65ºC to +125ºC (-85ºF to +257ºF) Reliability: Mean Time Between Failure (MTBF) is greater then 100,000 hours (based on MIL-HDBK-217E). Maintainability: No scheduled maintenance. Signal conditioner can be repaired and recalibrated. ELECTRICAL SPECIFICATIONS: Input Voltage: 28 VDC (nominal) 22-32 VDC Power Requirements: 2 watts (maximum) Output Voltage: 0-5 VDC (nominal) Output Load: 5000 ohms (minimum) Output Isolation: 150K ohms (minimum) from the supply voltage Short Circuit Protection -No damage from continuously shorted output leads Reverse Polarity Protection -No damage from continuously reversed power leads Dielectric Strength: 100 VAC (rms) Insulated Resistance: 100 Megohms (min) at 100 VDC Weight: 7.2 ounces maximum ENVIRONMENTAL SPECIFICATIONS: Explosive Atmosphere: -Tested to MIL-STD-810, Method 511.1, Procedure I Temperature-Altitude: -Tested to MIL-STD-810, Method 504.1, Procedure I Humidity: -Tested to MIL-STD-810, Method 507.1, Procedure I Salt Fog: -Tested to MIL-STD-810, Method 509.1, Procedure I Fungus: -Meets MIL-STD-810, Method 508.1, Procedure I Dust: -Tested to MIL-STD-810, Method 510.1, Procedure I Shock: -15g's, 11ms, half sine (Tested to MIL-STD-810, Method 516.2, Procedure I) Acoustic Noise: -140 db for 30 minutes (Tested to MIL-STD-810, Method 515.2, Procedure I) Random Vibration: -Wo =.04 g2/Hz, 2 hours/axis operating (Tested to MIL-STD-810, Method 514.2) CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. CLAUSES: The following FAR provisions and clauses apply: Clause 52.211-6, Brand Name or Equal, Clause 52.212-01, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; Technically acceptable is meeting all minimum salient characteristics; 52.212-3, Offeror Representations and Certifications-Commerical items; 52.212-3 Alternate I; clause 52.222-3, Convict Labor; clause 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; clause 52.225-3, Buy American Act; clause 52.225-13, Restrictions on Certain Foreign Purchases; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.252-02, Clauses Incorporated by Reference.. The following DFARs clauses apply to this acquisition: Clause 252.204-7008, Export-Controlled Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.232-7010, Levies on Contract Payments;252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea Alternate III; The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 5352.201-9101, Ombudsman. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Ryan Richardson @ 661-277-0760), no later than 8 Aug 2011 at 4 PM PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail Ryan.Richardson@edwards.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AE1179B002/listing.html)
 
Place of Performance
Address: Air Force Flight Test Center, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN02513310-W 20110730/110728234902-e3c6742fcb0038c5bd8b7f7a0228018e (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.