Frequency and Voltage Converters
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format ... PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This synopsis/solicitation will be open for less than 30 days in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-2672. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type order. The Government's minimum specifications are out lined in the tables below: CLINS Description/Title QTY. Unit Unit Cost Extended Unit Cost 0001 Frequency and Voltage Converter 3 Each The following specifications apply to CLIN 0001: Characteristic Requirement Input Specifications Input Phase 3 Phase / 3-wire + Ground Input Voltage 480V (4-wire + Ground) Frequency 47-63Hz Output Specifications Power Rating 15kVA Max Arms @ 0-150V 42A Max Arms @ 0-300V 21A Phase 3-Phase / 4-wire + Ground Voltage Dual range, 150/260 V Frequency 45-500Hz Harmonic Distortion (THD) < 1% Efficiency > 85% at full load Protection Over Current; Over Temperature Environmental Operating Temperature 32o to 104o F / 0o to 40 o C Relative Humidity 80%, non-condensing Displays and Controls Digital LEDs Frequency; Voltage; Current; Power Programmable Front Panel Physical Dimensions 34H x 36D x 24W inches Weight < 800 lbs Configuration Mobile (on casters) This procurement is 100% set aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 335999; the Small Business Size Standard is 500 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009 Limitation on the Use of Disclosure of Third Party Contractor Reported Cyber Incident Information, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, and 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must provide a quote for the required quantity and meet all specification requirements; (2) the offeror must meet or exceed required delivery timeframe and (3) the Government will consider past performance information contained in SPRS whereby negative past performance and delivery information may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. DFARS 252.211-7003 Item Unique Identification and Valuation applies to this solicitation for any item with a unit acquisition cost of greater than $5,000.00. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The required delivery is thirty (30) days after receipt of order, F.O.B. Destination is Newport, RI 02841. Payment will be made via Wide Area Workflow. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quote may be submitted through FedBizOpps and must be received on or before Friday, July 12, 2019, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Kate Arsenault at kate.arsenault@navy.mil or 401-832-7433.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »