|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort
Bragg, NC 28307-5200 59 -- HIGH POWER AC/DC CONVERTERS SOL USZA92-98-Q-0027 DUE 091498 POC
Jane Sutherlin, Contracting Officer, 910/432-2146 The US Army Special
Operations Command has a requirement for an estimated 110 each AC/DC
Power Supply units for delivery during a twelve month period on an as
needed basis to Fort Bragg, NC. This is a combined
synopsis/solicitation for commercial items prepared n accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; no written solicitation will be issued. Bids are
being requested and a written solicitation will not be issued. This
procurement is UNRESTRICTED. Award will be made on the basis of Best
Value to the Government price and technical issues taken into
consideration. Evaluation factors are equal in value. This action is
issued as a Request for Proposal (RFP). Invoices shall be submitted in
original and three (3) copies to: Defense Finance and Accounting
Service, PO Box 934450, 2500 Leahy Avenue, Orlando, FL 32893-4400.
SPECIFICATIONS: The power supply shall have an input power of 85-264
VAC, 47-500 Hz with power factor correction, inrush current and
transient surge protection and dual isolated outputs of 24 VDC/50
Amperes and 12 VDC/33.3 Amperes with no minimum load requirement.
Outputs noise and ripple shall be typically 100 mVpp (240mVpp maximum).
The outputs shall have a continuous short circuit protection, internal
current limiter, over-voltage and over-temperature protection, all
with an automatic rest feature. Outputs shall have an externally
accessible voltage adjust of 90% to 110% of the rated output voltage
and a remote sensing option. Remote power control connection shall have
a total shutdown and individual output shutdown. Status signals shall
have an input AC power O.K. and DC OK/Power Good for each output.
Operating and storage temperature range shall be between -20 to +65
degrees C (Industrial grade). Power Supply size shall not exceed 6.0"W
x 3.4"H x 11.8"D with a total weight of less than 10 pounds. It shall
be painted black and have 16 threaded mounting holds located on all
four sides. The power supply shall be commercial off the shelf
(COTS)/non-developmental item with a warranty period of 2 years or
more. Condensed power supply connections, operating and safety
instructions shall be marked clearly on the power supply. It shall have
a modular design that allows rapid module replacement and
reconfiguration. An installation/operation manual shall include theory
of operation, specifications, mounting drawing, input/output
connection and operating procedures. An optional remote power and AC/DC
status lights kit shall be available. For a Power Supply model that has
an adjustable output voltage add the following: Output voltage shall
have a continuous voltage adjustment of 10 to 25 VDC. The voltage
adjustment knob shall be located on the front side of the power supply
and shall have a lock feature. The power supply shall dissipate its
own heat without relying on external heat dissipaters. It can use heat
sinks or internal fan. These additions shall not cause the unit to
exceedthe cited dimensions. The provisions at FAR 52.212-1,
Instructions to Offerors -- Commercial; 52-212-2, Evaluation --
Commercial Items, 52.212-3, Offeror Representations and Certifications
-- Commercial Items apply to this requirement; DFARS 252.212.7000,
Offeror Representations and Certifications -- Commercial Items apply to
this requirement. The clauses at FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items;
DFARS 252.212.7001, Contract Terms and Conditions required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items; 52.216-28, Ordering; 52.216-19, Order Limitations;
and 52.216-21, Requirements apply to this requirement. Additionally,
within FAR 52.212-5 the following clauses are applicable: 52.203-6 AI,
52.222-26, 52.222-35, 52.222.36, 52.222.37, 52.225-3,52,225-9,
52.225-18, 52.225-19, 52.225-21, 52.247-64 apply. Copies of all
provisions/clauses in full text will be furnished upon receipt of a
written request. Offerors who can furnish the required items, may
submit, in writing, to include documentation to allow for evaluation
and pricing (FOB Destination). The documentation shall be adequate to
determine compliance with the above specifications. All responses must
be received within 15 calendar days of the date of this CBD notice.
This is a firm fixed price requirements contract. Proposals are to be
delivered to US Army Special Operations Command, ATTN: AOCO, Building
E-2929, Room 114, Desert Storm Drive, Fort Bragg, NC 28307-5200 not
later than 1400 hours 10 September 1998. All responses from responsible
sources submitting the required information will be fully considered.
No additional synopsis will be published. Failure to provide adequate
information to reflect compliance with the specifications of the
required items here in will result in disqualification. Request for a
solicitation will be considered nonresponsive. FAX proposals will not
be accepted as technical material is required to determine
acceptability of item proposed. FAX questions may be submitted to
910/432-9345***** Posted 08/25/98 (W-SN241520). (0237) Loren Data Corp. http://www.ld.com (SYN# 0334 19980827\59-0004.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|