Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

59 -- HMMWV POWER INVERTER

Notice Date
April 9, 2001
Contracting Office
Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010
ZIP Code
22134-5010
Solicitation Number
M67854-01-R-2078
Response Due
April 23, 2001
Point of Contact
Vicki Whiteman, (703) 784-5822 x256, Private FAX (253) 484-4991, Alt FAX (703) 784-5826
E-Mail Address
To contact the Contracting POC: (WhitemanVL@mcsc.usmc.mil)
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. This acquisition is a 100% small business set-aside. The qualifying North American Industry Classification System (NAICS) code for this acquisition is 335999 (500 employees). Solicitation number M67854-01-R-2078 is issued as a request for quotations. This acquisition is a full and open competition for a commercial item in accordance with the Federal Acquisition Regulation, Part 2.1. CLIN 0001, HMMWV Power Inverter, Qty 1 each CLIN 0101, HMMWV Power Inverter, Max Qty 55 each DESCRIPTION. The required power inverter will be used as a 24VDC to 120VAC power inverter. The inverter will be deployed in the HMMWV, which has a 24 VDC power slave receptacle. The slave receptacle is a NATO type, single prong, female receptacle. The inverter system must operate on 24 VDC, and the system must include all connections and cabling required to connect with the existing NATO slave receptacle in the HMMWV. The system must be semi-ruggedized and meet stated operating conditions. The power inverter must also be within the following specifications for use with the HMMWV and required equipment. Continuous Power: 1500-2000 Watts (MIN. 1500 WATTS) Surge Power: 3000 Watts (REQUIRED) Peak Efficiency: 85-100% (REQUIRED) No Load Current Draw: <1.00 A (Desired) Output Frequency: 60 Hz 0.05% (REQUIRED) Output Waveform: True/Pure Sine Wave<5% THD (REQUIRED) Input Voltage Range: 20-32 VDC (REQUIRED) Output Voltage: 120 VAC RMS 10/ +4% (REQUIRED) Input DC Connection: Connection with NATO slave receptacle (REQUIRED) Output AC Connection: At least two (2) Receptacles (REQUIRED) Suggested Wiring: #2 AWG Flexible Fused at 100 ADC Weight: <20 lbs. (Desired) Length: <18 in. (Desired) Width: <15 in. (Desired) Height: <7 in (Desired) Operating Temperature: 0/ +60 C (Desired) Storage Temperature: -30/ +70 C (Desired) Semi-Ruggedized: Metal Casing, Shock Resistant (Desired) Offers submitted must include unit specification sheets and/or unit brochures, and quantity discount pricing for 1 unit, and quantities between 35 and 55 units. Submittal of a sample is optional and will be returned upon contract(s) award. (Provide prepaid return shipping or pick up instructions in proposal.) The Government may award two contracts resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The awardee(s) will be selected based on best value to the government. Priority will be given to the offeror meeting the required specifications at the most advantageous price. Preference will be given to those meeting required and desired specifications. The initial award quantity will be one unit for testing purposes. Upon completion of required testing of the initial units, the option for additional quantities (minimum of 35 units) will be exercised during 3rd quarter FY01 to the offeror whose product best fits the Marine Corps' needs using best value methodology. This procurement is estimated at a minimum of 35 units to a maximum of 55 units. This procurement is reserved for small business concerns. The associated NAICS code is 335999. The size standard is 500 employees. Initial units delivery within the US and is required within 45 days after contract award. Delivery of option units may be CONUS and OCONUS. Specific delivery will be included in the contract award. Award will be made to the responsible offeror: Whose proposal is technically acceptable; Whose offer is deemed responsive to the solicitation requirements; Whose overall offer represents "Best Value" to the Government. In making its "Best Value" determination, the Government will consider overall technical merit to be significantly greater importance than evaluated cost. However, the importance of cost as a factor in the final determination will increase with the degree of equality in the overall technical merit of the proposals. Offerors shall submit a written technical proposal which clearly illustrates that its product meets all technical requirements. Commercial product literature is encouraged. In the event that there is a conflict between the offeror's proposal and commercial literature, the proposal will take precedence. Offers submitted must include unit specification sheets and/or unit brochures, and quantity discount pricing for 1 unit, and quantities between 35 and 55 units. The offeror shall include commercial catalog pricing if applicable. Submittal of a sample is optional and will be returned upon contract(s) award. (Provide prepaid return shipping or pick up instructions in proposal.) The government intends to evaluate proposals and make award without discussions; however, the government reserves the right to hold discussions if necessary. The Government intends to award this contract on the basis of competitive source selection (FAR 15.3), and using "Best Value" criteria per FAR 15.101. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial and 52.212-4, Contract Terms and Conditions-Commercial Items and Addenda FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.217-5, Evaluation of Options, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.247-34, F.O.B. Destination and FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. All offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Full text of these provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/. SUBMISSION OF OFFERS: Offers shall be submitted within 15 days. DUE DATE FOR OFFERS IS 23 APR 2001, 1:00PM EST. An original and one (1) copy shall be submitted to MARCORSYSCOM at the following address: COMMANDER, (Attn Vicki Whiteman, CTQ2VW), 2033 Barnett Avenue, Suite 315, Quantico, VA 22134. All hand-carried deliveries (including UPS, FedEx, etc.) shall be delivered to the following address: 3041A McCawley Avenue, Quantico, VA 22134. CENTRAL CONTRACTOR REGISTRATION: All offerors must ensure that they are registered in the Central Contractor Registration. This is mandatory for award of any Government contract. To register, please go on-line to http://www.ccr2000.com. PONT OF CONTACT. If you have any questions regarding this solicitation, please contact Vicki Whiteman at (703) 784-5822 x256 or WhitemanVL@mcsc.usmc.mil. All requests for hard copies of this solicitation will be disregarded. END OF SOLICITATION
Record
Loren Data Corp. 20010411/59SOL002.HTM (W-099 SN50I6M9)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com