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