MODIFICATION
59 -- Electro Magnetic Interference filters (EMI)
- Notice Date
- 5/15/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-12-T-7472
- Response Due
- 5/31/2012
- Archive Date
- 6/30/2012
- Point of Contact
- Point of Contact - AURORA VARGAS, Contract Specialist, 619-553-0901; Jeannette L Perez, Contracting Officer, 619-553-9046
- E-Mail Address
-
Contract Specialist
(aurora.vargas@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0002 effective 5/15/12. The purpose of this amendment is to incorporate additional questions and answers about this solicitation. Solicitation due date remains the same. Question: Which part is to be quoted? The -1 or -2. Answer: -2 Question: Is there an NSN assigned to part number 0219843? Answer: No NSN yet, not for a few years. Question: What is the end use or platform/system that this part is being used on? Answer: Distribution Control Panel (DCP) - no further info available. Question: Are the drawings currently listed on the SPAWAR site the only technical information available? Answer: Yes. We only specify the performance criteria - the vendor will need to decide how to meet them in their design. To us it will be a "black box". Question: Will we need to design first and then build to print? Answer: Yes, but we don't get involved with design details. They must meet the specs and provide test data showing they meet/exceed them. Question: Do you have any prior information on the procurement of this part? Answer: We have purchased this in the past but the design is proprietary. Question: We can provide a MIL STD 461 compliant solution in the mechanical outline described, however can we use our own circuit to achieve the performance goals? i.e. the use of an air core is not our recommendation, can we use another component to achieve the same or better insertion loss results? Answer: First of all please correct Note 3.J to read "MIL-STD-1399-300B" to match subparagraphs 3.J.1 thru 3.J.3. Feedback: "The intent of the "AIR CORE INDUCTORS AND MOV CIRCUITS" in the drawing (see NOTIONAL SCHEMATIC DIAGRAM) is ONLY for the transient suppression reqts of Note 3.J. - specifically the 1000V spike must be reduced to no less than 550V so not to conduct during 500VDC insulation tests, therefore the 550VDC MINIMUM is called out - and is NOT intended to decribe how to design the remainder of the filter. Basically the comment was added to show that we wanted the transient suppression circuits on the FRONT END of the EMIF and does not actually specify HOW to meet. If a vendor has an alternative method then we have no objection but the vendor must show proof that the design will withstand the 1000V spike test AND the eventual shock environment - ultimately, the system will be subjected to MIL-S-901C which is the most severe shock environment in the military." **************************************************************** Amendment 0001 effective date 5/09/12. The purpose of this amendment is to correct the drawing revision, to extend the solicitation due date and to incorporate questions and answers that arised from this solicitation: The correct revision for part number 0219843 is Rev B. The solicitation due date has been extended. The new due date is 5/31/2012 at 14:00 PST. Question: Is intent of the device described in the subject solicitation to pass some element of MIL-STD 461? If so which test(s) is the device required to meet? Answer: The device BY ITSELF does not have to meet any MIL-STD-461 tests. However, the PURPOSE of the device is to enable the user system and pass MIL-STD- 461 - specifically, CE101, CE102, CS101, CS106, CS114, & CS116. Additionally, the device must protect the user system input power to meet MIL-STD-1399A (ALL), with specific callout in note 3.J.1 - 3.J.3. Question: I'm assuming that you have a vendor to manufacture the device? If you don't or if you desire alternate bids would you consider extending the response due date? Answer: We desire alternate bids. This solicitation due date is being extended. Question: In regards to the subject solicitation, when I printed the drawing that was attached, it stated Rev B on the drawing. Is this an error or will Rev A be provided? Answer: No, Revision B is the correct one. Revision A was referenced in error in the solicitation. **************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisitions Procedures. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is a Total Small Business set-aside. This requirement will result in a firm fixed priced purchase order. The applicable NAICS code is 334419 and the business size is 500 employees. ITEM DESCRIPTION: Electro Magnetic Interference Filter (EMI), Quantity 12 Each - Drawing 0219843 REV A (attached) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Current to Fac 2005-58, Effective 18 Apr 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), Current to DPN 20120420 (Effective 20 Apr r 2012) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items are in the e-Commerce website at https://e-commerce.sscno.nmci.navy.mil. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, 52.222-3, Convict LaborE.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-26, Equal Opportunity(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.214-4 False Statement in Bids, 52.214-5 Submission of Bids, 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227); 252.211-7003 Item Identification and Valutation (Jun 2011). DFARS Clause 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal or State Law (Deviation 2012-O0007) (Date 2012). This attached clause must be filled-out and submitted with the quote. This RFQ closes on May 10, 2012 at 2:00 PM, Pacific Daylight Time (PDT). Quotes must be sent via the e-commerce website at https://e- commerce.sscno.nmci.navy.mil. Direct any questions via email to Aurora Vargas, aurora.vargas@navy.mil. Please include RFQ N66001-11-T-7472 on all inquiries. All responding vendors must be registered to the Central Contractor Registration (CCR) and ORCA program prior to award of contract. Information to register in CCR can be found at http://www.ccr.gov/. and required certification will be pulled from ORCA at http://www.orca.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2b10397b6569438b66e8b7e5bfa3d50c)
- Place of Performance
- Address: SPAWAR PACIFIC SAN DIEGO, CA
- Zip Code: 92110
- Zip Code: 92110
- Record
- SN02748713-W 20120517/120516000242-2b10397b6569438b66e8b7e5bfa3d50c (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 |