|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1999 PSA#2417Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 66 -- TANK, HIGH VOLTAGE SOL N00164-99-Q-0249 DUE 090399 POC Ms. Pat
Sturgis, Code 1165Z1, 812-854-1826, FAX 812-854-1841; Mr. Richard G.
Colvin, Code 1165, Contracting Officer E-MAIL: Click here to reach POC,
sturgis_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 solicitation and is
reserved for small business; proposals are being requested and a
written solicitation will not be issued. Solicitation Number
N00164-99-Q-0249 is issued as a Request for Quotation. Solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-12 and Defense Acquisition
Circular 91-13. This action is reserved for small business 52.219-6.
The following is a list of the requirements: Line Item 0001: Qty. Six
(6) each TANK, HIGH VOLTAGE, STANGENES P/N SI-12896 OR EQUAL in
accordance with the following specifications: The equipment shall
consist of 1. AC input voltage: 480 VAC, 3 phase, 60 Hz, MAX. 560 VAC.
2. Output DC voltage: 19 KVDC, 3. Output current: 1 Amp ave., 4.
Cooling: Convention in oil, 5. Rectifier Assembly: shall be 3 phase
full wave bridge, 6. Bleeder Resistor: shall be 10 M Ohms across the 4
uf cap, 7. Output Cap: shall be be 4 uf at 30 KV, 8. Transformer:
Impedance: 7 % MIN., Regulation: 3 % MAX., Shields: Primary shall have
an electrostatic shield tied to the core. The primary surge shall be
tied to a low voltage reference. Isolation: the primary electrostatic
shield shall be 5 kv RMS., Secondary to primary, core, SH1 and SH2
shall be 30 kv., Terminals: B+ and B- terminals shall be isolated from
gnd by a minimum of 25kv. Primary terminals shall be .25 inch -- 20
posts. Secondary terminals shall be 8-32 tapped posts. Shield terminals
shall be .25 inch -- 20 posts. Life: Design to a life expectancy of
100,000 hrs. or 20 years. Full 1-year warranty required. 9. Oil tank:
Tank shall have 360 degree casters. All components will be mounted to
the top of the tank. Tank shall be hermetically sealed to prevent oil
leakage. Eye bolts shall be provided on lid, at four corners to lift
lid as necessary. Tank shall have pressure relief valve. Tank shall
have drain plug, and fill plug. Tank Dimensions shall be as follows:
height: 43.5" +/- 1", Length: 30.5" +/- 1", Width: 32.0" +/- 1"., Tank
color: Standard Stangenes blue. All HV output terminals and 480
terminals will be on the lid of the supply. All terminals will be
clearly marked B+, B-, A,B,C, (B. C. ) and gnd. Delivery shall be
f.o.b. destination, Naval Surface Warfare Center, Crane, IN, with the
inspection/acceptance at destination. Delivery will be required within
70 days from contract award. FAR Clauses/Provisions 52.203-3
Gratuities, 52.212-1 Instructions to offerors -- Commercial Items,
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 (incorporating FAR 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans,
52.222-36 Affirmative Action for Handicapped Workers, 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.225-21 Buy American
Act-North American Free Trade Agreement Implementation Act-Balance of
Payments Program), 52.219-14 Limitation on Subcontracting, DFARS Clause
252.227-7015 Technical Data -- Commercial Items apply to this
acquisition. The contractor shall extend to the Government the full
coverage of any standard commercial warranty normally offered in a
similar commercial sale, provided such warranty is available at no
additional cost to the Government. Offerors responding to this
announcement must provide the information contained in 52.212-1,
Instruction to Offerors -- Commercial Items and must include a
completed copy of provision 52.212-3, Offeror Representations and
Certifications -- Commercial Items. The offeror should also provide its
Commercial and Government Entity (CAGE) code, Contractor Establishment
code (DUNS Number) and Tax Identification Number. If a change occurs
in this requirement, only those offerors that respond to this
announcement within the required time frame will be provided any
changes/amendments and considered for future discussions and/or award.
The written quotes and the above required information must be received
at this office on or before 09/03/99 at 2:00 PM. Eastern Std. Time.
Point of contact for information regarding this requirement is Ms. Pat
Sturgis, 812-854-1826, FAX 812-854-1841, or e-mail listed below. All
responsible sources may submit a quote which will be considered by the
agency. Posted 08/20/99 (W-SN370427). (0232) Loren Data Corp. http://www.ld.com (SYN# 0285 19990824\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|