Combined Synopsis/Solicitation - F1S0AF4343B001001
THIS IS A BRAND NAME ACQUISITION:
This is a combined synopsis/solicitation for commercial, brand-name items: 15 EA, Kistler (K-Beam) Accelerometers (Type 8315A2D0D0TA00) and, 9 EA, Kistler Flexible Shielded Cables, P/N 1534A2K00, prepared IAW FAR 6.302-1(c); the brand-name justification is posted with this solicitation. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-74 and DFARs Change Notice (DPN) 20140624. NAICS code for this acquisition is 334519.
This acquisition is not a set-aside, as brand name items particular to one manufacturer do not provide for full and open competition, regardless of the number of sources solicited.
The Air Force Test Center (AFTC), at Edwards AFB, CA is soliciting for a Kistler Accelerometer, P/N 8315A1D0D0TA00; and Kistler Flexible Shielded Cable, P/N 1534A2K00 as follows:
Additional Minimum Salient Characteristics
K-Beam Accelerometer (Type 8315A2D0D0TA00)
•a) Acceleration Range g +/- 2
•b) Frequency response, +/- 5 % Hz 0-250
•c) Sensitivity, +/- 5%
•d) Output type D mV/g 4,000
•e) Resonant frequency, Nom kHz 1.3
•f) Traverse sensitivity, nom. % 1.0 (3.0)
•g) Sensitive axis misalign, type mrad 10 (30)
•h) Amplitude Linearity, max. % FSO +/- 1
•i) Phase shift (max) degrees @0 Hz, 0, @10 Hz, 2, @100Hz, 20
•j)
•k) Environmental:
•l) Operating Temperature Range degrees F -65 to 260
•m) Temperature Coefficient of Sen. %/degree F +/- 0.006 (+/- 0.017)
•n) Random (20-2,000) grms 20
•o) Shock (1/2 since wave, 200 us) g's 6000
•p)
•q) Electrical:
•r) 0 g output, (type D) mV 0 +/- 120
•s) Capacitive Load, max. uF 0.5
•t) Load Resistance, min kW 30
•u) Output impedance, type W 300
•v) Supply Current nom. mA 1.6
•w) Supply Voltage, temp. VDC 6 to 50 (</= 210 F),
6 to 35 (</= 230 F), 6 to 20 (</= 250 F), 6 to 12.5 (</= 260 F)
•x) Reverse polarity protection yes
•y) Temperature Sensor:
•z) Output @68 degrees F V 1.632
•aa) Sensitivity mV/degrees F -6.47
•bb) Accuracy degrees F +/- 9
•cc)
•dd) Physical:
•ee) Mounting 4/40/M3
•ff) Housing material Titanium
•gg) Connector, extension material 303 st stl.
•hh) Sealing housing type welded hermetic
•ii) Ground isolation yes
•jj) Weight w/ floating nut grams 15
Specifications for P/N 1534A2K00, Flexible Shielded Cable
•o Silicone jacket, mates with 8315A, with TA option) terminated to pigtails
•o 4 conductor shielded cable w/ FEP jacket (individual wires insulated with PTFE)
•o 30 AWG conductors (7 X 38), General Purpose, 10-32 pos - BNC pos, Length = 2 meters
Delivery: 8 WARO
Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524.
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis.
OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION)
INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil.
ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE
COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION
(ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov.
TO REGISTER WITH CCR, GO TO URL: www.sam.gov.
The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999).
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
•i. Price
•ii. Technical capability of the item offer to meet the Government requirement
Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded.
The following provisions and clauses apply:
Provision 52.212-1, Instructions to Offerors--Commercial;
Clause 52.212-4, Contract Terms and Conditions--Commercial Items;
Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include:
Clause 52.222-26, Equal Opportunity;
Clause 52.232-33 Mandatory information for electronic funds transfer payment.
The following DFARs clauses apply to this acquisition:
Clause 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations;
Clause 252.223-7008 Prohibition of Hexavalent Chrome Cr+6.
Clause 252.225-7001 - Buy American Act;
Clause 252.232-7010. Levies on Contract Payments;
Clause 252.244-7000 Acquisition of Commercial Items.
Clause 252.247-7023 Alt III Transportation of Supplies by Sea.
The following AFFARS clauses apply to this acquisition:
Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials;
Clause 5352.201-910, Ombudsman;
The following factor shall be used to evaluate offers: Lowest price technically acceptable offer, technically acceptable is meeting all minimum salient characteristics.
Offeror's are instructed to complete the provision DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations, IN FULL TEXT. This must be returned with the offeror's quote.
Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than February 24, 2015 at 4:00 pm PST. E-mail address: [email protected]. Phone: 661-277-8590, Fax: 661-277-0470.