Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2015 FBO #5024
MODIFICATION

61 -- MK 683 Cable Kit and MRCTS Wiring Harness

Notice Date
8/24/2015
 
Notice Type
Modification/Amendment
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
1300501090
 
Archive Date
9/15/2015
 
Point of Contact
Benjamin Chang, Phone: 8052280497
 
E-Mail Address
benjamin.chang@navy.mil
(benjamin.chang@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1300501090 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 335929 with a small business size standard of 1000 employees. This requirement is a small business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: The US Navy requires: Mk 683 Cable Kit: 8 each MRCTS Wiring Harness: 4 each Vertical Launching System (VLS) is a missile weapon system throughout the Navy fleet. Missile Round Cable Test Set (MRCTS) is a diagnostic testing system that is use to test, diagnose and certify that VLS and its subsystems are perfectly functional and safe for operational deployment. Part #s 6387772 is the electrical wire harness coupled. The wiring harness have 445 inter-connection points that form a close path circuitry with the modular Circuit Card Assemblies (CCAs), indicator lamps, operator interactive display and the MRCTS backplane. All the connections must be inspected for proper implementation and correct circuitry formation. Correct implementation ensue tolerance to high vibration, minimal resistance, and easily handles both high data rates and large current charging with high DC or AC voltages. The wiring harness must interconnects 445 contact positions with minimal electrical signal loss; accomplishing this by soldering termination points per MIL-S-45743 and/or MIL-S-46844. Further, the close loop circuitry form between the MRCTS, ambilical cables, launch sequencer and the canister will pass electrical signals with minimal loss as said signals propagate through the various subsystems. Since the non-contacting part of the electrical conductors will necessarily cross each and makes contact with the conducting metal frame assembly; absolutely no damage insulators can be tolerated. The insulation, per MIL-W-22759/32, must also eliminate or minimize appreciable interference between the signals travelling through the individual conductors within a circuit path of said conductor. The wiring harness and cable assemblies have proven to satisfy the demanding signal-to-noise ratio (RMS signal-to-RXS noise) of 26 dB or better which is well within the performance standards of envelope delay distortions, harmonic distortion, phase jitter, and frequency translations specified within MIL-STD-188C. Part number: 4000-4004-068, a MK (MARK) 683 CABLE KIT, EXTERNAL CABLE SET consisting of various sized cables that interconnect the computer and load the assembly that make up the MK-683, as well as attaching to the vertical launch weapon system Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 30 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please provide firm fixed price shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time or Period of Performance 6. Is your company OEM or PROPRIETARY for these products? 7. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 8. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: •· FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition •· FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications •· FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition •· FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33 All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 8/31/15. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/1300501090/listing.html)
 
Record
SN03851932-W 20150826/150824235035-3334284953aa3a04b9af3a8438330002 (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 |
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.