|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,2000 PSA#2513Department of the Air Force, Air Education and Training Command,
Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB,
FL, 32403-5526 59 -- INSTRUMENTATION CABLE TO SUPPORT EXPLOSIVE ORDNANCE DISPOSAL SOL
F0863700T0232 DUE 012000 POC Chris Pollitz, Contract Specialist, Phone
850 283-8610, Fax 850 283-3963, Email
christopher.pollitz@tyndall.af.mil -- Tommy Leos, Contract Specialist,
Phone 850 283-8620, Fax 850 283-3963, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F0863700T0232
&LocID=511. E-MAIL: Chris Pollitz, christopher.pollitz@tyndall.af.mil.
The 325th Contracting Squadron at Tyndall AFB FL intends to award a
purchase order under Simplified Acquisition Procedures (SAP) for the
purchase of INSTRUMENTATION CABLE TO SUPPORT EXPLOSIVE ORDIANCE
DISPOSIAL PROGRAM Subject: Specifications for 14 inch instrumentation
cable. 1. Conductors A. Number of conductors _ 4 B. Type of conductors
-- #22 AWG stranded @ 19 x #34 tinned copper, 5/16_ left hand lay. C.
Insulation _ polyethylene 0.015_ thickness D. Diameter over insulation
_ 0.062_ E. Wire color _ white, black, red, green 2. Cabling: A. Lay _
1 34_ left hand B. Arrangement _ black and green 180 degrees opposite,
white and red 180 degrees opposite on any cut-end view C. Tape _
0.0001_ transparent polyester, tape spirally applied with 50% lap D.
Core diameter _ 0.144_ nominal 3. Shield: A. Type _ single braid B.
Construction _ 24 cords, 4 x #34 tinned copper C. Coverage 86.9% 4.
Jacket: A. Type _ polyvinylchloride compound B. Color _ white C.
Thickness _ 0.040_ nominal, 0.035_ minimum D. Overall diameter _ 0.254_
nominal E. Cold bend _ 40 degrees Fahrenheit 5. Electrical Data: A.
Voltage breakdown _ withstand 2000V @ 60HZ for 1 minute B. Insulation
resistance at 500V _ 15000 Megohm/1000 feet minimum C. Shield
resistance _ 3.2 OHM/1000 feet nominal D. Conductor resistance _ 15
OHM/1000 feet nominal E. Capacitance _ conductor to shield 35 pF/foot
nominal F. Capacitance _ conductor to conductor 20 pF/foot nominal 6.
Spooling: A. 90% or greater of order to be shipped in continuous length
spools of 5000 feet +10%, -0%. 10% or less of order may be shipped in
continuous length spools of 1000 to 5000 foot spools. 7. Quanity a.
250000 Feet This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in FAR Subparts 12.6 and
13.5, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation. Proposals
are being requested and a written solicitation will not be issued. The
solicitation number is F08637-00-T0232 issued as a Request for
Quotation (RFQ). The solicitation document, incorporated provisions,
and clauses are those in effect through the Federal Acquisition
Circular 97-14 and Defense Acquisition Circular 91-13. This
solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in
accordance with FAR Part 19. The Standard Industrialization Code is
3357, size standard 1,000. Please acknowledge all requirements on
quotations. Offerors must provide brochures/literature of the items
being offered along with their quote. The technical literature
submitted needs to clearly communicate the offeror_s understanding and
compliance with the minimum requirements as set forth in the
specifications or any alternative proposal submitted in response to
this RFQ. Discussions may or may not be held with offeror_s; therefore,
each offeror_s initial proposal should be complete and accurate. FOB
destination is required by the Government. FOB point is Tyndall AFB FL.
The required delivery date is 20 FEB 00. Contractor shall provide
allmaterials, labor, and transporation necessary to delivery the items.
Offerors must provide warranty information specific to all equipment.
The following provisions and clauses can be viewed through internet
access at the Air Force FAR Site, http://farsite.hill.af.mil. In
Accordance with FAR 52.252-1 (JAN 1999) and FAR 52.252-2 (JAN 1999),
the following provisions and clauses are incorporated by reference: FAR
52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with
the following: technical description of the items being offered in
sufficient detail to evaluate compliance with the requirements of the
solicitation (i.e. product literature), the terms of any expressed
warranty, price and any discounts, and delivery times; FAR 52.212-2,
Evaluation, Commercial Items (JAN 1999). Award will be made to the
offeror whose proposal represents the best value to the Government.
Alternative proposals are encouraged. The minimum requirements as set
forth in the specifications reflect the Government_s desired features.
However, alternative proposals demonstrating technically equivalent or
technically superior performance characteristics than those outlined in
the specifications will be considered. OFFERORS MUST INCLUDE WITH THEIR
PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR
REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (FEB 1999) AND
DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION,
COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and
Conditions -- Commercial Items. It is tailored as follows: subparagraph
c is changed to read: _Changes. Changes in the terms and conditions of
this contract may be made only by written agreement of the parties
with the exception of administrative changes such as changes in paying
office, appropriations data, etc. which may be changed unilaterally by
the Government._ ; FAR 52.212-5, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders _ Commercial Items (JAN
1999); FAR 52.203-6, Restrictions on Subcontractor Sales to the
Government (Alt 1) (Oct 1995); FAR 52.222-26, Equal Opportunity (FEB
1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative
Action for Workers with Disabilities (Jun 1998); FAR 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(JAN 1999); FAR 52.225-18, European Sanction for End Products (Jan
1996); FAR 52.232-33, Mandatory Information for Electronic Funds
Transfer Payment is required; 52.247-34, F.O.B. Destination (Nov 1991).
In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR
REGISTRATION (MAR 1998), prior to receiving any contract award,
contractors must be registered in the Central Contract Registration
(CCR). If not already registered, you should immediately register with
CCR by calling 1-888-227-2423 or via the Internet at
http://ccr.edi.disa.mil. On-line registration with the CCR is also
available at the Small Business Administration Internet address
(www.sbaonline.sba.gov). Confirmation of CCR registration must be
obtained before award can be made. DFARS 252.225-7001, Buy American Act
and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy
American Act _ Trade Agreements _ Balance of Payment Program (Mar
1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities
(Sep 1997); DFARS 252.225-7036, Buy American Act -- North American
Free Trade Agreement Implementation Act _ Balance of Payment Program
(Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov
1995); DFARS 252.227-7037, Validation of Restrictive Markings in
Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic
Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests
for Equitable Adjustment (MAR 1998). Quotes should reference RFQ No.
F08637-00-T0232. Offers must be sent in writing/fax or e-mail to the
Purchasing Agent Christpopher L. Pollitz, SSgt, USAF no later than 20
Jan 00 at 2:00 P.M. (CST) to 325 CONS/LGCC ATTN: ChristopherL Pollitz,
501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more
information contact the administrator Christopher L. Pollitz at (850)
283-8649 or Tommie Leos at (850) 283-8651. You may also email Posted
01/07/00 (D-SN414136). (0007) Loren Data Corp. http://www.ld.com (SYN# 0199 20000111\59-0001.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|