Federal Bid

Last Updated on 10 Oct 2009 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Ceramic Resistor

Solicitation ID FA2517-09-T-6216
Posted Date 22 Sep 2009 at 8 PM
Archive Date 10 Oct 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2517 21 Cons
Agency Department Of Defense
Location United states
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

(ii) This solicitation, FA2517-09-T-6216, is being issues as a Request for Quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36.

(iv) This acquisition is procured as full and open competition. The NAICS code for this requirement is 334415, Electronic Resistor Manufacturing. The size standard is 500 employees and a single award will be made as a result of evaluation of quotes. As part of your quote, you are required to include the warranty information, quantity, unit, description, price and total amount information or your quote will be considered nonresponsive.

(v) The ceramic resistor is being procured as Brand Name or Equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999). Specifications are as follows:

Kanthal Part Number 890SP500J or equal

"890SP" = character type "50" = resistance "0" = pwr 10x
"J" = +/- 5% tolerance

Specifications:
Requirement: non-inductive bulk ceramic resistor, aluminum metallization, 50 Ohm, + or - 5% tolerance

Electrical Specifications:
Resistance available ohms: 1.0 Minimum to 1000 Maximum
Average Power @ 40 Degrees C: 375 Watts
Peak Energy: 4,200 joules
Peak Voltage: 16,000 Volts

Characteristics:
350 degree C max operating temperature
Temp. coefficient: percent per degree C, -55 degrees C to max rated temperature +/-0.2, -0.08
Voltage coefficient: max percent per kilovolt per inch active length 1.0
Short time overload: max percent change after 5 cycles 10 time rated power, 5 seconds on, 90 seconds off: 2.0
Moisture resistance: max percent change when tested per MIL-STD-202 Method 103: 2.5


Standard Size Dimensions - inches:
A: 18"
B: 1"
C: .75"
D: .88"

(vi) The requirement is for 21 non-inductive bulk ceramic resistors.

(vii) All items shall be priced and delivered as FOB destination to Cavalier AFS, ND. Delivery terms are 6 weeks ARO.

(viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUNE 2008), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition.

(ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. Award will be based on lowest price meeting technical specifications.

(x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUG 2009), applies to this acquisition. All vendors must be registered in Online Representations and Certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to the acquisition.

(xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (APRIL 2009) applies to this acquisition.

(xiii) The following additional FAR clauses apply to this acquisition:

1. FAR 52.211-6, Brand Name or Equal (AUG 1999)
2. FAR 52.222-3, Convict Labor (JUN 2003)
3. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
(AUG 2009)
4. FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999)
5. FAR 52.222-26, Equal Opportunity (MAR 2007)
6. FAR 52.222-50, Combating Trafficking in Persons (FEB 2009)
7. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008)
8. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration
(OCT 2003)

The following DFARS Clauses are applicable to this solicitation:

1. DFAR 252.203-7000, Requirements Relating to Compensation of Former DOD
Officials (JAN 2009)
2. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement
Statues or Executive Orders (JUL 2009) (Deviation)
3. DFAR 252.225-7000, Buy American Act--Balance of Payments Program
Certificate (JAN 2009)
4. DFAR 252.225-7001, Buy American Act and Balance of Payments Program
(JAN 2009)


The following AFFARS clause is applicable to this solicitation:

1. AFFARS 5352.201-9101 Ombudsman (AUG 2005) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, [email protected])

(xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote.

(xv) Quote submission: Quote shall include price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted no later than 3:00 PM, Mountain Standard Time on 25 September 2009. Submit quotes to Mr. John Corbett, email address: [email protected].

(xvi) All questions regarding this solicitation must be submitted by 1:00 pm 24 September 2009 to [email protected], phone 719-556-7509.

 

Bid Protests Not Available

Similar Past Bids

New hampshire 04 Sep 2009 at 8 PM
Natick Massachusetts 22 Apr 2004 at 5 AM
Brookhaven Pennsylvania 18 Jan 2017 at 7 PM
Newport Rhode island 17 Jul 2019 at 6 PM
Location Unknown 30 Mar 2016 at 3 PM