Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

61 -- Transformers Qty 3

Notice Date
8/26/2011
 
Notice Type
Presolicitation
 
NAICS
334416 — Electronic Coil, Transformer, and Other Inductor Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017811Q3030
 
Response Due
9/2/2011
 
Archive Date
11/30/2011
 
Point of Contact
Danielle Allen 540-653-7808 Danielle Allen,
 
E-Mail Address
40-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a competitive 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. FAR Subpart 13.5 will be used. The Dahlgren Division, Naval Surface Warfare Center (NSWCDD), has procurement for the following specifications and quantities: TRANSFORMERS SPECIFICATIONS & QUANTITIES: Item #1 / CLIN 0001 Pulse Transformer with multiple taps (5, 10, & 15 ohm primary, 1:8, 176kV) Qty: 1 SpecificationsComments Primary V22 kVPFN, Vcharge = 44 kV Primary I4.4 kA, 2.2kA, 1.5kAMultiple primary configurations Primary Z5, 10, & 15 ohmsMultiple primary configurations Secondary V176 kVMax pulse voltage Secondary I325 AMax pulse current Flat Top2 us Rise Time>250 nS PRR300 hertz Turns Ratio1:8 Item #2 / CLIN 0002 Filament & Isolation Transformer Qty: 1 SpecificationsComments Primary V480 Vac (60 hz)AC, 60 Hz Secondary V16 VAC, 60 Hz Secondary I315 AAC, 60 Hz Item #3 / CLIN 0003 Isolation Transformer Qty: 1 SpecificationsComments Primary V480 VAC, 60 Hz Secondary V480 VAC, 60 Hz Secondary I15 AAC, 60 Hz This combined synopsis/solicitation, number N00178-11-Q-3030, is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-27, Effective 12 October 2008 & DFARS Change Notice 20081124 dated 24 November 2008. The NAICS Code associated with this procurement is 334416 and the FSC is 6120. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation “ Commercial Items (Factors used to evaluate offers are: (1) technical capability to meet the Government requirement, (2) past performance, and (3) price.); FAR 52.212-3 Offeror Representations and Certifications “ Commercial Items; FAR 52.212-4 Contract Terms and Conditions “ Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (June 2007) Subparagraphs (a), (b)1, 5, 7, 16, 17, 18, 19, 20, 21, 22, 23, 28, (d) and (e) apply; FAR 52.247-34 FOB Destination; DFARS 252.204-7004 Central Contractor Registration Alternate A; DFARS 252.212-7000 Offeror Representations and Certifications “ Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with selection of elements as required by DFAR prescription). Subparagraphs (a), (b) 4, 5, 14, 15, 16, 17, 19, 20(i), 21, and (c) apply; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252-225-7002 Qualifying Country Sources as Subcontractors. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror ™s proposal/capability statement for this requirement. The Government will award a Firm Fixed-Price contract to the responsible offeror whose offer conforms to the requirements of this RFP and is determined to be most advantageous to the Government based on price, delivery, and other factors. The offeror shall convey all standard manufacturer commercial warranties to the buyer. To assist in determining whether the prices quoted in your offer under subject solicitation are "fair and reasonable" in accordance with Federal Acquisition Regulation (FAR) requirements, your cooperation is requested in submitting the following information: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list is regularly maintained and is published or available for inspection by customers along with the current sales prices. (c) A statement that these items are commercial and sold to the general public at the prices listed in the above referenced catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. If the offeror is unable to provide the information requested above, the offeror is requested to submit the pricing information on the three most recent sales of the items being procured or similar items. This information should include: date of sale; quantity; unit price; customer contract number and customer contact information. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. The closing date is 02 September 2011 at 12:00 PM, Eastern Time. Anticipated Award date is 06 September 2011. All items shall be priced FOB DESTINATION, Dahlgren, VA. All items shall be delivered to the NSWCDD Receiving Officer, 6220 Tisdale Rd. Suite 159, Dahlgren VA 22448-5114, between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Holidays. Electronic quote submission is encouraged at danielle.allen2@navy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: CXS13-2, Bldg. 183, Room 106, 17632 Dahlgren Rd. Suite 157, Dahlgren, VA 22448-5110. The North American Industry Classification System (NAICS) Code is 334416 and the size standard is five hundred employees. For questions, call (540) 653-7808, email danielle.allen2@navy.mil or fax (540) 653-6810, Attn: Code CXS13-2 and reference Request for Proposal number N00178-11-Q-3030. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division has implemented Electronic Commerce (EC) in the acquisition arena; therefore, this synopsis with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/. Vendors should regularly access the NSWCDD web site to ensure that they have downloaded all amendments. In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Vendors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Please note that defense payment offices may not make payment unless the contractor is established to receive electronic funds transfer (EFT). EFT payments are based on the contractor ™s EFT information contained in the CCR database. Note 1 applies. This synopsis will close on __02 September 2011__ at 12:00PM ET. Please use reference number N00178-11-Q-3030 when responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811Q3030/listing.html)
 
Record
SN02551358-W 20110828/110826235457-9aa0e64df93b90ea5d3956c6bb5ff151 (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.