|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,1999 PSA#2275Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 66 -- PROTRACK PROBER WORKSTATION SOL N00164-99-Q-0064 DUE 021699 POC
Code 1165Z9, Ms. Phyllis Hoggatt, 812-854-3688, Contracting Officer,
Ms. Mary Sheetz, 812-854-3716 E-MAIL: Click here to reach POC,
hoggatt_p@crane.navy.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Far subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only quotation; quotes are
being requested and a written quote will not be issued. The quotation
incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-10. Request for quotes are being solicited on
a full and open competition basis using Brand Name or Equal, in
accordance with the following salient Characteristics in order to award
a firm-fixed price purchase order. If proposing other than the Brand
Name (Huntron Instruments Inc., Mill Creek, WA) provide manufacturer
and P/N. Also provide documentation about the product you are proposing
on to allow the Government to make a determination that it is the same
or equal. All of the following part numbers are Huntron Instrument
Inc. Clin 0001: 1 ea, Protrack Prober Model III Workstation P/N:
99-0100 or equal; in accordance with the following salient
characteristics: 01. The workstation shall have the capability to test
circuit boards as large as 22" X 23" (56 cm X 58 cm). 02. The board
probing area of the workstation shall be at least 22" X 19" (56 cm X 48
cm). 03. The workstation shall be able to handle boards with component
heights of up to 4" (10 cm). 04. The minimum probe speed shall be 4"
(10 cm) per second in any linear axis. 05. The workstation shall have
a worst case accuracy of 0.004" (0.01 cm) over 6" (15 cm). 06. The
minimum resolution shall be 0.002" (0.005 cm). 07. The z-axis probe
travel shall be a minimum of 3" (7.6 cm). 08. The display for the
workstation shall be a charge-coupled vision system. 09. The readout
shall have a minimum of 192 X 165 pixels. 10. The light source shall be
a 660 nm LED with 1000 mcd maximum brightness. 11. The focus on the
workstation shall be of manual design, with a 5" (12.7 cm) depth of
field. 12. The workstation shall have the capability of being powered
by either 115 VAC or 230 VAC. 13. The power consumption of the
workstation shall not exceed 200 Watts. clin 0002: 1 ea,
Troubleshooting Workstation 2000 P/N: 99-0076 or equal; in accordance
with the following salient characteristics: 01. The tester shall be
capable of testing diodes, transistors, thyristors, LED's, integrated
circuits, and operational amplifiers, as a minimum. 02. The tester
shall be capable of power "off" testing. 03. The tester shall have a
minimum of four different impedance ranges, defined as follows: Low
range 10 volt peak open circuit voltage 135 milliamps RMS short circuit
current Medium 1 range 15 volt peak open circuit voltage 9 milliamps
RMS short circuit current Medium 2 range 20 volt peak open circuit
voltage 0.6 milliamps RMS short circuit current High range 60 volt peak
open circuit voltage 0.6 milliamps RMS short circuit current 05.
Impedance ranges shall be selectable either manually or with
autoranging having a high impedance range lockout. 06. Minimum test
frequencies shall be 60, 400, and 2000 Hz. 07. The tester shall be
capable of generating a 0 to 5 volt pulse at 0 to 50% duty cycle,
current limited to 50 milliamps maximum. 08. The tester shall generate
a current limited sine wave for application across two points of any
device under test. 09. The tester shall display on a CRT the unique
current vs voltage signatures of the different devices under test. 10.
There shall be a channel A and channel B input allowing comparison of
bad components to good components. 11. The tester shall be supplied
with a pair of test probes, a common test lead, two mini-clips, power
cord and instruction manual. 12. Nominal input power shall be 115 Vac
10%, 60 Hz. Delivery to be 45 days after award. Delivery shall be FOB
Destination to Naval Surface Warfare Center, Crane Div. 300 Hwy 361,
Crane, IN 47522-5001. The following provisions apply to the
solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items
applies. Addenda to FAR 52.212-1.Paragraph (h): Delete. Replace with;
Single Award. The Government intends to award a single contract
resulting from this solicitation. Add paragraph (j) offers may be faxed
to 812-854-3465 or812-854-5666.FAR 52.212-3, Offerors Representations
and Certifications-Commercial Items -- Quoters MUST include a completed
copy of the provision at 52.212-3 and return with offer. FAR 52.212-4,
Contract Terms and Conditions-Commercial Items applies. Addendum to
FAR 52.212-4. Paragraph (o) added: additionally, the Government will
accept the Contractor's commercial warranty. (provide a copy of
contractors standard commercial warranty.) 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (other applicable clauses) 52.203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.219-1, 52.219-6,
Contract Terms and conditions required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial
Items., (other applicable clauses 52.243-1, 52.247-34, 252.211-7003.
DPAS rating is DO. Offers are to be submitted to NAVSURFWARCENDIV
CRANE, CODE 1165Z9, BLDG 64, 300 HIGHWAY 361, CRANE, IN 47522-5001 or
FAXED to 812-854-3465 no later than 16 February 1999 2:00 EST. Note 1
applies. Posted 02/01/99 (W-SN293399). (0032) Loren Data Corp. http://www.ld.com (SYN# 0346 19990203\66-0003.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|