SOLICITATION NOTICE
66 -- K-Beam Accelerometers and Flexible Shielded Cables - Combined Synopsis/Solicitation
- Notice Date
- 2/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AF4343B001
- Archive Date
- 3/10/2015
- Point of Contact
- Wendell W. Brown, Phone: 661-277-8590, Alberto Safille, Phone: (661) 277-2704
- E-Mail Address
-
wendell.brown.2@us.af.mil, alberto.safille@us.af.mil
(wendell.brown.2@us.af.mil, alberto.safille@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DFARS 252.209-7992 Brand Name Justification Letter Combined Synopsis/Solicitation Combined Synopsis/Solicitation - F1S0AF4343B001 THIS IS A BRAND NAME ACQUISITION: This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-74 and DFARs Change Notice (DPN) 20140624. NAICS is 334519 with a small business size standard of 500 employees.This acquisition is a BRAND NAME acquisition and is a 100% small business set-aside. The Air Force Test Center (AFTC), at Edwards AFB, CA is soliciting for a Kistler Accelerometer, P/N 8315A1D0D0TA00; and Kistler Flexible Shielded Cable, P/N 1534A2K00 as follows:Additional Minimum Salient Characteristics K-Beam Accelerometer (Type 8315A2D0D0TA00) a) Acceleration Range g +/- 2 b) Frequency response, +/- 5 % Hz 0-250 c) Sensitivity, +/- 5% d) Output type D mV/g 4,000 e) Resonant frequency, Nom kHz 1.3 f) Traverse sensitivity, nom. % 1.0 (3.0) g) Sensitive axis misalign, type mrad 10 (30) h) Amplitude Linearity, max. % FSO +/- 1 i) Phase shift (max) degrees @0 Hz, 0, @10 Hz, 2, @100Hz, 20 j)k) Environmental: l) Operating Temperature Range degrees F -65 to 260 m) Temperature Coefficient of Sen. %/degree F +/- 0.006 (+/- 0.017) n) Random (20-2,000) grms 20 o) Shock (1/2 since wave, 200 us) g's 6000 p)q) Electrical: r) 0 g output, (type D) mV 0 +/- 120 s) Capacitive Load, max. uF 0.5 t) Load Resistance, min kW 30 u) Output impedance, type W 300 v) Supply Current nom. mA 1.6 w) Supply Voltage, temp. VDC 6 to 50 (</= 210 F), 6 to 35 (</= 230 F), 6 to 20 (</= 250 F), 6 to 12.5 (</= 260 F) x) Reverse polarity protection yesy) Temperature Sensor: z) Output @68 degrees F V 1.632 aa) Sensitivity mV/degrees F -6.47 bb) Accuracy degrees F +/- 9 cc)dd) Physical: ee) Mounting 4/40/M3 ff) Housing material Titanium gg) Connector, extension material 303 st stl. hh) Sealing housing type welded hermetic ii) Ground isolation yes jj) Weight w/ floating nut grams 15Specifications for P/N 1534A2K00, Flexible Shielded Cable o Silicone jacket, mates with 8315A, with TA option) terminated to pigtails o 4 conductor shielded cable w/ FEP jacket (individual wires insulated with PTFE) o 30 AWG conductors (7 X 38), General Purpose, 10-32 pos - BNC pos, Length = 2 metersDelivery: 8 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Price ii. Technical capability of the item offer to meet the Government requirementOnly the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Clause 52.211-06, Brand Name or Equal Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: Clause 52.219-6(c)(1)&(2) Offers are solicited only from small business concerns Clause 52.222-26, Equal Opportunity; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations; Clause 252.223-7008 Prohibition of Hexavalent Chrome Cr+6. Clause 252.225-7001 - Buy American Act; Clause 252.232-7010. Levies on Contract Payments; Clause 252.244-7000 Acquisition of Commercial Items. Clause 252.247-7023 Alt III Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials; Clause 5352.201-910, Ombudsman; The following factor shall be used to evaluate offers: Lowest price technically acceptable offer, technically acceptable is meeting all minimum salient characteristics. Offeror's are instructed to complete the provision DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations, IN FULL TEXT. This must be returned with the offeror's quote. Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than February 23, 2015 at 4:00 pm PST. E-mail address: wendell.brown.2@us.af.mil. Phone: 661-277-8590, Fax: 661-277-0470.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF4343B001/listing.html)
- Place of Performance
- Address: 5 S. Wolfe Avenue, Bldg 2800, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03641066-W 20150214/150212234837-36f8a10d3439cbddfd6e02d2704b6734 (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 |