SOLICITATION NOTICE
66 -- Modular Test Analyzer
- Notice Date
- 9/12/2008
- Notice Type
- Modification/Amendment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-08-T-0100
- Response Due
- 7/24/2008
- Archive Date
- 10/2/2008
- Point of Contact
- Jane T Worley,, Phone: 732-323-7509, Keith P Davis,, Phone: 732-323-2243
- E-Mail Address
-
jane.worley@navy.mil, keith.davis@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This Combined Synopsis/Solicitation is hereby replaced in its entirety by the following: This is a Combined Synopsis/Solicitation for Commercial items authorized under FAR Subpart 13.5 Simplified Acquisition and prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is 100% Set Aside for Small Business. FOB: Destination. The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ is looking to procure the following items: (1) one Modular Test Analyzer to be used to test prototype wiring assemblies such as cables, harnesses, relay control boxes, wired interface panels, and prototype test boxes which are being developed to support other Navy laboratories, as well as Navy Aircraft platforms, and support equipment. The test system will also be used to fix existing cable harnesses used in the Navy Fleet. Specifications for the test system; (1) A commercial grade tester is required to be used in Wire and Fiber Optic Laboratory environment. The commercial tester will be used for research, development, and testing of prototype wiring assemblies such as cables, harnesses, relay control boxes, wired interface panels and prototype test boxes which are being developed to support other Navy laboratories, as well as Navy Aircraft platforms, and support equipment. The tester will also be used to test and aid in troubleshooting existing cable harnesses used in the Navy Fleet; (2) Shall perform automated switching expandable to 1,000 test points; (3) A design that is scalable, reconfigurable and provides an open architecture. An open architecture is characterized as utilizing well-established, non-proprietary standards for interfaces, services, software, and supporting formats; (4) A Central Processing Unit (CPU) that shall be easily separated from the test system so that it can be upgraded to newer technology without causing any additional hardware/firmware changes to the test system; (5) The ability to test wire assemblies containing / interfacing with relays, indicators, and flight control panels and junction boxes; (6) A fault locator technique which shall automatically determines the relative distance to fault in cable and harness assemblies. The information shall be logged to a report for recall on screen and printing; (7) Programmable power supply (0 – 30 VDC, 5 Amp minimum) available for stimulus power for test article components; (8) 1000 VDC Dielectric Strength and Insulation Resistance tests with programmable resistive current limits, voltage, ramp rates and dwell time limits. Shall be compliant with MIL STD 202G Method 301 / 302 and all proper safety mechanisms shall be incorporated. The tester shall provide a pass / fail indication and measurement of the leakage current; (9) Software for: a.Adapter cable design, build instructions, bill of materials and adapter cable labels, b.Adapter cable inventory control, c.Creating hookup instructions, verification test and test programs for simple and complex circuits, d.Logging data to error reports, e.Text editor for writing test programs, f.Syntax checker Ship to: Lakehurst, NJ 08733. Inspection and Acceptance at Destination. Proposals must be typewritten on 8-1/2 by 11-inch sheets of paper in a font size not smaller than 10 points. Sheets that are double-sided will be counted as two pages. Any pages exceeding five (5) will be removed by the Contracting Officer, prior to evaluation, and will not be evaluated. Pre-printed product literature will be excluded from the page count. FAR 52.212-2, Evaluation –Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Offers must meet, at a minimum, the Requirements Specification. Additionally, offers will be evaluated based on the following criteria: (1) Technical and (2) Price. Award will be made to the offeror presenting the best value to the government. Technical is more important than price. 1.Technical - Describe all features which enhance the efficiency and processes that result in a reduction of operational labor costs and or time to the Wire and Fiber Optic Laboratory when using the proposed equipment. For example, these procedural laboratory efficiencies can be of the following types: -Universal type connectors without having to create additional adapter cables. -Multi bus architectures to allow the flexibility of making test measurements, applying signal excitation voltages, and triggering control signals to the same contact location on a connector. -Test interface configuration that incorporates efficiencies for the design, size, and versatility of adapter cables. -Additional automated switching feature for future growth/expandability/obsolescence. -Capability to output complete wiring harness pin-pin schematic information which can be used to accelerate the preparation of technical drawing data packages. 2.Price Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and DFARS 252.212-700 Offeror Representations and Certifications – Commercial Items (Nov 1995) with its offer. Notice of Small Business Set Aside, FAR Clause 52.219-6. FAR 52.212-4, Contract Terms and Conditions – Commercial Items is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following Provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-8, Utilization of Small Business Concerns; 52.222-35, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 252.232-7003, 52.247-64 Preference for Privately Owned U.S. – Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buyer American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. Warranty: the Offeror’s commercial warranty of a least one (1) year shall apply and should be stated in the quotation. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and the claim procedures. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. Refer to the following website for information on clauses incorporated into the announcement: http://farsite.hill.af.mil/. All vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. It is mandatory to register with the CCR as your Duns Number (Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in the subsequent order. All responses will be made to Jane Worley at fax 732-323-2359 or Email: jane.worley@navy.mil. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4efbe6330593ddd86f010eb224536e87&tab=core&_cview=1)
- Place of Performance
- Address: ., United States
- Record
- SN01669013-W 20080914/080912222423-4efbe6330593ddd86f010eb224536e87 (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 |