SOLICITATION NOTICE
45 -- INDUCTION HEATING POWER SOURCE
- Notice Date
- 7/27/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
- ZIP Code
- 23709-5000
- Solicitation Number
- N00181-05-Q-0318
- Response Due
- 8/3/2005
- Archive Date
- 8/18/2005
- Description
- This is a combined synopsis/solicitation prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCMENT CONSITITUED THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITION WILL NOT BE ISSUED. Solicitation number N00181-05-Q-0318 is issued as a Request for Quotations and quotes are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-11 and the Defense Federal Acquisition Regulations Supplement 1998 Ed. The NAICS classification is 333414 with a standard size of 500 employees. Fleet Industrial Supply Center, Norfolk Naval Shipyard, Industrial Marine Division intends to make a firm fixed price award for: Qty: 2 Each, Induction Heating Power Source 5kw, Miller Electric Part No. 903439,OR EQUAL to include the following: INDUCTION HEATING POWER SOURCE 5KW (1) Allow operators to preset exact power value over a range from 0 to 5kw; (2) Self- regulating circuit ensures that the power delivered to the part precisely matches the preset value. (3) All critical components of the power source are heat sink mounted and air cooled.; (4) Automatic Protection: if the power source senses a limit or fault condition; such as out-of-range-frequency, low input voltage or an over current condition, it automatically ceases operation; (5) Remote control provision for system control and metering; (6) 100% duty cycle allows continuous operation; (7) Portability: Weighs no more than 60 lbs; (8) 3-Phase, 460 VAC, 50/60 Hz. Control Panel will consist of no less than: (1) Remote Power Control Switch; (2) Power Adjust Control; (3) Power Switch. ACCESSORIES: (1) Two (2) each ? 25 inch Air Cooled Output Cable; (2) One (1) each ? Flexible Induction Blanket with sleeve 13.1 x 40 Max. preheat temp 400 degrees F; (3) One (1) each ? Flexible Induction Blanket 36 inch Dia. With 12 inch ID Max., preheat temp 400 degrees F; (4) Two (2) each ? IH/TC (induction heating temperature controller).Quote best delivery as delivery maybe a factor of award... Delivery shall be FOB Destination, Norfolk Naval Shipyard, Receiving Officer, Bldg. 276, Portsmouth, VA 23709-5000, Inspection/Acceptance at Destination. FAR 52.211-6, 52.212-1, 52.212-3, 52.212-4, 52.212-5 incorporating 52.222-21, 52.222-26. 52.222-35, 52.222-36, 52.222.37, 52.232-33 as applicable. ADDENDA: DFAR 252.212-7001 incorporating 252.225-7001, DFAR 242.204-7004 REQUIRED CENTRAL REGISTRATION. LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. All responses must include a completed copy of the certifications and representations set forth in FAR 52.212-3. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule, and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/Yellow/Green program as follows: (A) This procurement is subject to the Navy Contractor Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, ADDITIONAL EVALUATION FACTORS ? CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government: price, past quality performance and other factors considered. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal form quote, etc.) but must include the following information: (1) Complete mailing address/remittance address; (2) prompt payment discount; (3) anticipated delivery; (4) Taxpayer ID number (TIN); (5) Cage Code(6) All completed certifications as required herein. All responses must be received by 2:00 PM local time, 03 Aug 2005. Questions/responses relative to this solicitation may be e-mailed to: tina.barnes@navy.mil. TELEPHONE REQUESTS WILL NOT BE ACCEPTED. Text of clauses may be found at the following websites: FAR www.arnet.gov/far; DFAR www.dtic.mil/dfar. Information relative to CCR may be obtained via 1-888-227-2423 or http://www.ccr.gov.
- Place of Performance
- Address: NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA
- Zip Code: 23709-5000
- Zip Code: 23709-5000
- Record
- SN00856168-W 20050729/050727212614 (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 |