Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOLICITATION NOTICE

66 -- Position Transducer

Notice Date
3/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
F1S0AE2046B005
 
Archive Date
3/23/2012
 
Point of Contact
Steven A. Winner, Phone: 6612775686, MIKE KEELING, Phone: 6612772704
 
E-Mail Address
steven.winner@edwards.af.mil, mike.keeling@edwards.af.mil
(steven.winner@edwards.af.mil, mike.keeling@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - F1S0AE2046B005 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 an additional 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 Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-56 and DFARs Change Notice (DPN) 20120305. NAICS is 334515 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 a FIRST MARK CONTROLS: Position Transducer, P/N 180-0803-RC and L-base P/N 173015, also known as string potentiometers, which includes the following Specifications: BRAND NAME OR EQUAL TO: FIRST MARK CONTROLS 1. QUANTITY OF TEN (10) EACH, Position Transducer, P/N 180-0803-RC and L-base P/N 173015, also known as string potentiometers. MINIMUM SALIENT CHARACTERISTICS Key Features 1. 10.0-inch (254-mm) Maximum Travel 2. Analog Signal Using Precision Hybrid Potentiometer 3. AccuTrak TM Threaded Drum for Enhanced Repeatability 4. Bearing-Mounted Rotating Components 5. Optional Flexible Mounting Base 6. Direct Connect TM Sensor-To-Drum Technology = Zero Backlash, No Torsion Springs or Clutches 7. Right-hand displacement cable pull 8. L-Base: upright mounting; allows for rotation in one axis Potentiometer Specifications Potentiometer Type 3-turn, precision, hybrid Resistance: Value, Tolerance 5K ohms, ±5% Travel: Electrical, Mechanical 1080°, 1080° +10° -0° Mechanical Life 5 million shaft revolutions min Output Signal analog signal from 0 to supply voltage (voltage divider circuit) Power Rating 1.5 W at 122° F (50° C) Supply Current 12 mA max Supply Voltage 35 VDC (using voltage divider circuit) max Independent Linearity Error ±0.5% max per VRCI-P-100A Output Smoothness 0.5% max Insulation Resistance 1000 Mohms at 500 VDC min Dielectric Strength 1000 VDC min Resolution infinite signal Operating Temperature -67° to 257° F (-55° to +125° C) Shock 100 g for 6 ms Vibration 10 to 2000 Hz at 15 g per Mil-R-39023 Temperature Coefficient ±0.007%/°C max Case Materials precision-machined anodized 2024 aluminum Displacement Cable 0.018-inch (0.46-mm) dia., 7-by-7 stranded stainless steel, 40-lb (177-N) min breaking strength Displacement Cable Hardware 1 each of loop sleeve, copper sleeve, ball-end plug, pull ring, brass swivel, and 3 nickel swivel; all items provided uncrimped Electrical Connections Three solder terminals. Electrical cable and connectors options available. Nominal Mass 2 oz (57 g) Displacement Cable Tension and max Cable Acceleration (Nominal) 3 oz. 0.8 N min 14 oz. 3.9 N max 9 g's max Environmental Protection NEMA 3S / IP 54, Ground Survival Low Temperature Test and Operating Low Temperature - IAW DO-160D Section 4, Category E1, Paragraph 4.5.1: -55° C Ground Survival High Temperature - IAW DO-160D Section 4, Category E1, Paragraph 4.5.2: +95° C Short-Time Operating High Temperature - IAW DO-160D Section 4, Category E1, Paragraph 4.5.2: +85° C Operating High Temperature - IAW DO-160D Section 4, Category E1, Paragraph 4.5.3: +70° C Temperature Altitude - IAW DO-160D Section 4, Category E1, Paragraph 4.6.1: +25° C ambient temperature at 70,000 foot altitude Temperature Shock - IAW DO-160D Section 5, Category A, Paragraph 5.2: 10° C minimum/min, 2 cycles Humidity - IAW DO-160D Section 6, Category B, Paragraph 6.3.2 Shock - IAW Mil-Std-810E Method 516.4 - Functional Shock - Procedure I: 20 g's, 6 - 9ms, 3 shocks, each direction, each axis; Crash Safety - Procedure V: 40 g's, 6 - 9ms, 2 shocks, each direction, each axis V Vibration - IAW DO-160D Section 8, Category S: Sine - Curve W, Figure 8-2; Random - Curve D, Figure 8-1 and Curve D1, Figure 8-4 (20 g's, 0 to 2000 Hz, 15 hours) (exceeds DO-160D requirements) Explosive Atmosphere - IAW DO-160D Section 9, Environment II, Category H Waterproofness - IAW DO-160D Section 10, Category R and S Fluids Susceptibility - IAW DO-160D Section 11, Category F Sand and Dust - IAW DO-160D Section 12, Category D Delivery: 4 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. 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/. The following provisions and clauses apply: Clause 52.211-6 Brand Name or Equal; Provision 52.212-1, 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; 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; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 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: The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Levies on Contract Payments; 5352.201-910, Ombudsman; 5352.242-9000, Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than March 20, 2012 at 2:00 pm PST. E-mail address: steven.winner@edwards.af.mil. Phone: 661-277-5686, Fax: 661-277-0470
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AE2046B005/listing.html)
 
Place of Performance
Address: AFFTC/PKEE, 5 South Wolfe Avenue, Bldg. 2800, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN02689727-W 20120308/120307115917-94f99dae9df68086344d357775cb2b00 (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.