Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2005 FBO #1271
SOLICITATION NOTICE

C -- Remove & Replace Heating Blanket C2 ECS Air Scoop

Notice Date
5/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T0609
 
Response Due
5/27/2005
 
Archive Date
6/26/2005
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. FISC San Diego is announcing its intent to issue a Request for Quote (RFQ) for Naval Aviation Depot 1.Remove and Replace Heating Blanket, C2 ECS Air Scoop, PN 123EC40205-1, Link #21805635. 2.Remove and Replace Heating Blanket, C2 ECS Air Scoop, PN123EC40205-1 Link# 20334923. 3.Remove and Replace Heating Blanket, C2 ECS Air Scoop, PN 123EC40205-1, Link# 17396053. This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ N00244-05-T-0609 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 8711 And the business size standard is 500 employees. All supplies/services are to be delivered: FOB Dest Naval Aviation Depot, Receiving Officer NAS North Island, Bldg 94, San Diego, CA 92135. Acceptance shall be made at destination. This requirement is for a fixed priced contract . Statement of Work for C-2 ANTI-ICE SCOOP ASSY 1.0 Background: 1. I Anti-ice Scoop Assembly P/N 51)65-3552 prevents formation of ice in the air cycle system. Anti-ice scoop is tested when aircraft is inducted for Periodic Maintenance Inspection (PMI). The common failure of the scoop is the heating elements. The outer surface of the anti-ice scoop assembly consists of layers of epoxy resin integral with the heating elements on stainless steel duct and an integrally mounted therino switch. 2.0 Applicable Documents 2.1 Goodyear Tire and Rubber Drawing No. 5065-3552 3.0 Requirements 3.1 Apply Adhesive film, Glass Reinforced Epoxy Resin, Thermostat, and heating elements to stainless steel ducting by following the steps and procedures specified in drawing number 5065-3552. 4.0 Test and Acceptance 4. 1. Perform functional check procedures on anti-ice scoop in accordance with the following steps: I ) Equipment Digital Multimeter (with up to date calibration):- Digital Thermometer (with ap to date calibration): Test Cable (02136001) Electrical Oven Thermocouple Sensor Temperature Tape 2) Place the heated duct on a worktable and connect test cable (0213600 1) to the heated duct. 3) Set the multimeter function to measure resistance and range to auto, measure and record the resistance between the following Oins on the test cable: A - N Actual Required 19.7 - 21.7 Ohm B - N Actual Required 19.7 - 21.7 Ohm C -- N Actual Required 19.7 - 21.7 Ohm 4) Visually locate the position of the thermostat on the outside surface of the duct. Using high temperature tape, tape the thermocouple sensor to the inside of the duct cavity that approximates the location of the thermostat. 5) Place the heated duct in the oven, unheated, and feed the test cable and thermocouple sensor lead through the oven's feed through polls. 6) Connect the thermocouple sensor to the digital thermometer and turn it on. Set multimeter function to continuity check and audio to on. Connect the multimeter to pin E - F of the test cable. Verify that the circuit is not broken. If the circuit is broken and the digital thermometer reads less than I 1 5 F, the thermostat is damaged. If circuit is broken, record temperature reading:.. OF 7) Turn the oven on and set the temperature to 145' F with a heat up rate of 4' F per minute. 8) Monitor the digital thermometer and multimeter as the oven is being heated. Record the temperature reading when the multimeter indicates that the circuit is broken (thermostat at the open position). If the circuit is not broken after the temperature reaches 145' F, let the heated duct soak at 145' F for approximately 15 minutes. If the circuit is not broken after a 15 minute soak time, the thermostat had failed to function. Actual temperature at which the circuit is broken: OF Required temperature at whi,,h the circuit is broken: I 1 5 - 145 OF 9) Set the oven temperature to @',5' F from 145' F at a cooling rate of 4 F per minute. 10) Monitor the digital thermometer and multimeter as the oven is being cooled. Record the temperature reading when the multimeter indicates that the circuit is continuous (thermostat at the close position). If the circuit is not continuous aftei.- the temperature reaches 85' F, let the heated duct soak at 85 F for approximately 15 minutes. If the circuit is not continuous after a 15 minute soak time, then the thermostat had failed to function. Record Actual temperature at which the circuit is continuous: OF Required temperature at whi,,-h the circuit is continuous: 85 - 115 OF Evaluator:- Date: Purchase Number: PACKAGING: All material to be delivered under this contract/order is to be packaged in accordance with ASTM D3951-90, Commercial Packaging. MARKING OF SHIPMENTS (a) Marking shall be in accordance with ASTM Designation D3951-90 "Commercial Packaging". (b) Additional markings are stated below: A copy of the written solicitation is required to obtain the specifications prior to quoting. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors ? Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time. 05/27/2005, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . See Numbered Note (13).
 
Record
SN00810489-W 20050520/050518212258 (fbodaily.com)
 
Source
FedBizOpps.gov 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.