OUTPUT:
Power*: 3.5 kVA continuous
Overload: 125% for 5 minutes,175% for 10 seconds
Configuration: Single phase
Voltage: 115 VRMS ±1.0%
Frequency: 60 Hz ±0.1%
Distortion: 2% THD maximum
Power Factor: 0.8 lagging to 0.8
Range: leading (not damaged by any power factor load)
Efficiency: 89% typical at full load rating
Protection: Over/undervoltage, overload, short circuit
MECHANICAL:
Size: 6" height, 9" width, 18" depth
Weight: 30 lbs. dependent on options selected
Mounting: Hard mount or ARINC mount
Connectors: Input: MS3102R18-11P Output: MS3102R18-13S
Cooling: Self-contained fan (slow speed for low ambient noise)
ENVIRONMENTAL:
Temperature: MIL-STD-810E, Method 501.3, 502.3 (-25°C to +55°C operating; -40°C to +71°C storage)
Altitude: MIL-STD-810E, Method 500.3 (15,000 ft. operating, 45,000 ft.rapid de com pres sion)
Explosion-Proof: MIL-STD-810E, Method 511.3
Shock: MIL-STD-810E, Method 516.4 (10g operational, 20g crash)
Vibration: MIL-STD-810E, Method 514.4
Humidity: MIL-STD-810E, Method 507.3 (95% RH max at 30°C)
EMI**: RTCA DO-160D, Section 20, 21
CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/ . 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 CCR BY INTERNET URL: http://www.ccr.gov/ .
CLAUSES:
The following FAR provisions and clauses apply: Clause 52.212-01, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; Technically acceptable is meeting all minimum salient characteristics; 52.212-3, Offeror Representations and Certifications-Commerical items; 52.212-3 Alternate I; clause 52.222-3, Convict Labor; clause 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; clause 52.225-3, Buy American Act; clause 52.225-13, Restrictions on Certain Foreign Purchases; 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: 52.222-26, Equal Opportunity; 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); 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases.
The following DFARs clauses apply to this acquisition: Clause 252.204-7008, Export-Controlled Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.232-7010, Levies on Contract Payments;252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea Alternate III;
The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 5352.201-9101, Ombudsman.
Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Thania Alexander @ 661-277-2537), no later than 01 March 2011 at 4 PM PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail [email protected].