Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1999 PSA#2376

Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001

70 -- RUGGEDIZED MONITOR FOR THERMAL IMAGING SENSOR SYSTEM SOL N00164-99-Q-0189 DUE 070199 POC Jerry Parsons, Code 1165Z4, 812-854-5898, e-mail parsons_j@crane.navy.mil, by facsimile 812-854-5066/Mary Sheetz, Code 1165ZA, Contracting Officer E-MAIL: Click here to reach Point of Contact, parsons_j@crane.navy.mil. 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; quotes are being requested and a written solicitation will not be issued. This solicitation, N00164-99-Q-0189, is a Request For Quotation. This synopsis/solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-12 and Defense Acquisition Circular 91-13. The Standard Industrial Classification Code for this procurement is 3575. This is a Brand Name or Equal requirement in accordance with DFAR 252.210-7003. The requirement is: 0001, 52 each monitors, manufacturer is Sekai Electronics, Inc. Sante Fe Springs CA, P/N VEM-124/RC. Salient characteristics for Brand Name or Equal: Variable Line rate 12" Monitor. Size: Monitor must have external cabinet size of 11.6" wide by 10.7" high by 12.4" long or deep. Line Rate Capacity: Monitor must have automatic line rate changeover between 1023, 875 plus 525 line rates. Resolution: Maximum resolution of 1000 lines at 31.5 kHz, 1024 pixels at 36KHz. Bandwidth: Must be auto switch, operate on 36KHz with horizontal frequency range of 15-40 kHz and vertical frequency range of 40-90Hz. Power Requirements: Must have power requirements of 50/80 HZ with capacity of using 120, 220 or 240 VAC. 90 to 264 VAC is desired range. Ruggedized Construction: Monitors shall withstand relative infrequent non-repetitive shock or transient vibrations encountered in handling, transportation and shipboard environments with the ruggedizing of the enclosure increasing the resistance and fragility to withstand up to 11 g's of lateral or vertical shock. Monitor to withstand shock damage from being dropped from a height of 26 inches. Conformal Coating: Internal electronics must be conformal coated to resist high humidity and corrosive atmosphere encountered by US Navy combatant ships. Unprotected metal parts are to be coated with Chemfilm or similar substance to reduce and/or eliminate corrosion. User Controls: Must possess on/off switch, horizontal centering, horizontal sizing, VTR switch, Vertical Sizing, Brightness, Contrast, A/B Switch, and A/B BNC with loop-through AC Power Cord Socket. EIA Standard Inputs: Monitor must be compatible with any EIA Standard RS170 input, and RS 343 inputs. The required delivery date is 4 per month starting 28 June, 1999 with order delivered complete on 1 October 1999. The award will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. Quotations are being solicited on a full and open competition bases. Shipping terms will be FOB destination with delivery to NSWC Crane IN. FAR Clauses/Provisions 52.203-3 Gratuities, 52.212-1 Instructions to Offerors -- Commercial Items, 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (incorporating FAR 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, 52.225-3 Buy American Act-Supplies, -- Commercial Items apply to this acquisition). Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors-Commercial items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial items. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS Number) and Tax Identification Number. The contractor will also be registered with the Central Contractor Registration DataBase (CCR) IAW DFAR 252.204-7004. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/ amendments and considered for future discussions and/or award. The quotes (written or electronic) and the above-required information must be received at this office on or before July 1, 1999 at 10:00 AM central time. Proposals may be sent to: Contracting Officer, Bldg. 3291 (ATTN: Jerry Parsons, Code 1165Z4) NAVSURFWARCENDIV, 300 Hwy 361, Crane, IN 47522-5011. Facsimile quotes are acceptable (812-854-5066). All responsible sources may submit an offer which will be considered by the agency. Posted 06/24/99 (W-SN346641). (0175)

Loren Data Corp. http://www.ld.com (SYN# 0342 19990628\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page