Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170

NAVAL OCEANOGRAPHIC OFFICE, CONTRACTING DIVISION, CODE N41, STENNIS SPACE CNTR, MS 39522-5001, SUZANNE KEEL (228) 689-8368, E-MAIL keels@navo.navy.mil

66 -- MULTICHANNEL A/C THERMOMETRY BRIDGE SYSTEM IN ACCORDANCE WITH GOVERNMENT SPECIFICATIONS SOL N62306-98-Q-C013 DUE 092298 POC Contract Specialist, S.R. KEEL, (228) 689-8368, FAX (228) 689-8368, E-MAIL keels@navo.navy.mil (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13.5, 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. (ii) Solicitation N62306-98-Q-C013 is issued as a Request for Quotations under Simplified Acquisition Procedures (SAP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. (iv) This is a full and open procurement under SIC 3812, Search Detection, Navigation, Guidance, Aeronautical and Nautical Systems, Instruments and Equipment. Size standard of 750 employees. (v) The contract type will be firm fixed priced. (vi) There is one contract line items with subline items: CLIN 0001, Multichannel A/C Thermometry Bridge System consisting of Automatic A/C Bridge, Automatic Switching Unit, Driver/Interface for bridge and switching unit, system cabinet with bridge, switching unit and interface installed, and PC compatible software for data acquisition and control IAW Government specifications as contained herein, Quantity 1 LOT. CLIN 0001AA: Automatic A/C Bridge System in accordance with specifications, quantity two (2) each, CLIN 0001AB: Automatic Switching Unit as described in specifications, quantity two (2) each; CLIN 0001AC: Driver/Inter-face for bridge and switching unit; CLIN 0001AC: System cabinet with bridge, switching unit and interface installed, quantity two (2) each and CLIN 0001AD: PC Compatible software for data acquisition and control, quantity two (2) each. (vii) Descripton: The specification describes requirements for a "primary standards" multichannel automatic A/C resistance thermometry bridge system with constant current automatic switching unit. A system is composed of one (1) each Automatic A/C Thermometry Bridge System, one (1) each Automatic Switching Unit, one (1) each Driver/Interface for bridge and switching unit, one (1) each system cabinet with bridge, switching unit and interface installed, and one (1) each PC compatible temperature calibration system software for data acquisition and control. Additional Specifications: (1) Automatic A/C Thermometry bridge: (A) Ratio Range: 0 to 1.299 999 9 (Front panel), 0 to 1.299 999 99 (IEEE Digital Interface); (B) Resistance Range: 0 to 390ohms, 0 to 1.299 999 9ohms in 0:1ohm steps with 10ohmRs, 0 to 12.999 999ohms in 1:ohm steps with 10ohmsRs, 0 to 129.999 99ohms in 10:ohm steps with 100ohmRs, 0 to 389.999 99ohms in 10:ohm steps with 300ohmRs; (C) Standard Resistor Range: 1ohm to 300ohm; (D) Sensor inputs: 0.25ohm to 100ohm Resistance @ 0.01 degree C; (E) Bridge Principal: AC Ratio Transformer; (F) Ratio Stability: less than 0.01 ppm/year; (G) Ratio Accuracy: (+)(-)0.1 ppm or (+)(-)0.000 1 degree C; (H) Ratio Linearity: less than (+)(-)0.01ppm; (I) Digital Resolution: less than 0.01 ppm or 0.000 01 degree C with 100ohmRs; (J) Balance Time: greater than 20 seconds to full accuracy and resolution; (K) Balance Modes: Automatic using internal microprocessor, Manual using front panel switches and analog meter; Display Units:W(Ratio); (L) Instrument Check Modes: Zero Check to indicate detector offset, Unity Check to indicate ratio transformer error; (M) Current Source: 0.1,0.2,0.5,1,2,5,10,20,50mA and /2 Multiplier; (N) Current Type: 30Hz and 90Hz AC; (O) Measurement Modes: Absolute and True Simultaneous Difference; (P) Computer Control: IEEE-488 Digital Interface; (Q) Digital Interface Rate: 0.5Hz; (R) Analog Output: (+)(-)10V "AC out of balance" signal; (S) Data Acquisition Software: PC compatible program with full remote control and data collection features, including ITS90 resistance to temperature conversion; (T) Platinum Thermometers: Compatible with platinum resistance thermometers from Rosemount Engineering Company; (U) Power Supply: 115/300V (+)(-)10%, 50/60Hz. Additional Specifications: (2) Automatic Switching Unit: (A) Four external standby current options up to 10mA on all channels, (B) ten (10) channel scanner for resistance themometers; (C) Manual or remote channel selection; and (D) IEEE-488 interface. (viii) Date of Delivery is sixty -- ninety days after award. FOB Destination: Naval Oceanographic Office, Stennis Space Center, MS. (ix) The following Federal Acquisition Regulations (FAR) and Defense Federal Acquistion Regulations (DFAR) Supplement provisions and clauses apply to this solicitation. (ix) Full text of these provisions and clauses can be obtained via the Internet at the following address: http www.arnet.gov far or contact the POC listed herein. Solicitation Provision at FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct 97) is hereby incorporated by reference. (x) Award of the contract resulting from this solicitation will be made to the responsible offeror whose offer conforms with all the requirements of the solicitation, and whose proposal is most advantageous to the Government. The Government reserves the right to eliminate from further consideration those quotations which are considered non- responsive. An offeror must quote on all items in this Request for Quotations to be eligible for award. The Governmen intends to make a single award to the acceptable offeror whose total offer on all items is the most advantageous to the Government based on compliance with the specifications and other related factors. Insert: 1. Technical: Technical compliance of the items being offered meet the specifications herein. Offerors are requested to submit with their quotations adequate item description of products offered including but not limited to manufacturer, part numbers, model numbers and technical information/description in sufficient detail to evaluate quotations as to their compliance with the specifications. Documentation may include product literature, brochures, etc.; 2. Past Performance: Personnel are committed to customer satisfaction and possess the necessary knowledge and experience in this type of product, performance record ofproducts and other related factors; 3. Price. The Government will determine the relative capability of each offeror on the basis of its relative organizational past performance on directly related or similiar contracts, its relative understanding of the Government's requirement and demonstrated ability to provide products meeting the salient characteristics and specifications conforming to customer satisfaction and requirements. Technical and past performance, when combined, are significantly more important than price. A copy of the Commercial Warranty for item(s) offered shall be provided with the offer. (xi) Offeror's are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Respresentations and Certifications-Commercial Items, as well as 252.212-7000, Offeror Representations and Certifications-Comercial Items, and 252.225-7001, Buy American Act and Balance of Payments Program, is hereby incorporated by reference. Clause 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. (xii) The following paragraphs apply to this solicitation and any resultant contract (b)(2) 52.203-10, (b)(3)52.219-8,(b)(4)52.219-9, (b)(6) 52.222-26, (b)(7)52.222-35, (b)(8)52.222-36, and (b)(9) 52.222-37. Clause 52.247-67 Preference for Privately Owned U.S.-Flag Commercial Vessels (Jun 97) is hereby incorporatead by reference. DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby incorporated by reference with any other additional DFAR clauses included in this solicitation and/or any resulting contract as follows: 252.225-225-7012 Preference for Certain Domestic Commodities, 252.227-7015 Technical Data-Commercial Items, 252.227-7037 Validation ofRestrictive Markings on Technical Data, 252.204-7004, Required Central Contractor Registration. (xiii) Offers shall be in writing, signed and dated and must be submitted to Naval Oceanographic Office, Code N412, B.9134, 1002 Balch Blvd., Stennis Space Center, MS 39522-5001, Attn: S.R.Keel. See number Note: 1. All responsible sources may submit a quotation and all quotations received by the closing date specified herein shall be considered by the agency. Offers are due by the closing time of Noon (1200) on 14 SEP 98. All questions or clarifications must be made in writing and faxed to (228) 689-8392, E-mailed to keels@navo.navy.mil, or mailed to the address cited above. Posted 08/27/98 (I-SN242771). (0239)

Loren Data Corp. http://www.ld.com (SYN# 0350 19980831\66-0011.SOL)


66 - Instruments and Laboratory Equipment Index Page