Maryland Bids > Bid Detail

Isolated Analog Voltage Conditioning Module Components

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159175454770815
Posted Date: Apr 18, 2023
Due Date: Apr 27, 2023
Solicitation No: W91ZLK-23-Q-0022
Source: https://sam.gov/opp/fdb3ebd2e2...
Follow
Isolated Analog Voltage Conditioning Module Components
Active
Contract Opportunity
Notice ID
W91ZLK-23-Q-0022
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG DIR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 18, 2023 04:14 pm EDT
  • Original Date Offers Due: Apr 27, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6110 - ELECTRICAL CONTROL EQUIPMENT
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

The US Army Aberdeen Test Center (ATC) requires the purchase of Isolated Analog Voltage Conditioning



Module Components that will be combined by the ATC to make thirty-two (32) eight-channel analog



signal isolation boxes. There are three (3) types of components required, the input/output backplane, a



power supply module, and an analog voltage isolation module. ATC will assemble the components into



32 enclosures which are intended for mobile automotive testing. The total quantity of components



required are 32 input/output backplanes, 32 power supply modules and 256 isolating analog voltage



modules . The following is the buy list:



Component 1: Quantity: 32



Eight Position Input/Output Backplane. The Eight Position Input/Output Backplane provides the



electrical interface and mounting interface for eight (8) electrical voltage isolation modules. Analog



voltage input signals are attached to the backplane by screw terminals and the corresponding analog



output signal exits the backplane by either a screw terminal or a multi-pin connector. The backplane



also has a power supply conditioning module mounting location to permit for wide range DC voltage



input capability.



Technical Specifications



1. Maximum number of analog inputs: 8



2. Input/output electrical isolation for each channel of 1500 Vrms.



3. Each signal input must have individual set of screw terminal input connectors.



4. Two sets of electrical power input screw terminals. One set for the constant 5 VDC input and a



second set for the wide-range 7-34 VDC input.



5. If both sets of power connectors are use, the wide range input will automatically take



precedence over the +5 VDC input.



6. Screw terminal connectors shall accept up to 16AWG wire.



7. Minimum backplane operating temperature range: -40 Deg C to +85 Deg C



8. Overvoltage and reverse voltage protection provided by the backplane.



9. Size limitations of backplane:



a. No greater than 6.75 inches long by 3.75 inches wide by 2inches high



b. Weight shall not exceed 0.5 pounds.



Component 2: Quantity 32



Power Supply Module. The Power Supply Module mounts to the backplane and will accept input



voltages from 7 VDC to 34 VDC and provide a high precision 5 VDC output voltage to the backplane.



The power supply module shall have the following physical and electrical characteristics.



Technical Specifications



1. Input voltage range of 7 VDC to 34 VDC.



2. Output voltage of 5 VDC +/- 1%.



3. Maximum output current of 3 amps.



4. Output ripple limited to 50 mV.



5. Screw terminal connectors shall accept up to 16AWG wire.



6. Minimum module operating temperature range: -40 Deg C to +85 Deg C



7. Size limitations of module is no greater than 1.25 inches long by 1.75 inches wide by .75 inches



high.



Component 3: Quantity 256



Analog Voltage Isolation Module. The Analog Signal Isolation Module mounts to the backplane and



operates from the 5 VDC backplane power. Each module will accept the input signal provided will



isolate, filter, and amplify the voltage input signal and provide a scaled and isolated corresponding



analog voltage output. Isolation is provided by transformer coupling to suppress transmission of



common mode spikes or surges. The Analog Voltage Isolation Module shall have the following



physical and electrical characteristics.



Technical Specifications



1. Input voltage range of -40 VDC to +40 VDC.



2. Output voltage of 5 VDC +/- 1%.



3. Signal bandwidth of 20KHz.



4. Signal isolation of 1500 Vrms.



5. Required signal accuracy no worse than +/-0.05%



6. Input resistance no less than 500 Kohm.



7. Minimum module operating temperature range: -40 Deg C to +85 Deg C



8. Size limitations of module is no greater than 1.25 inches long by 1.75 inches wide by .75 inches



high.



Combined/Synopsis



This is a combined synopsis and solicitation for commercial items prepared in accordance with



the format in FAR Part 13, Simplified Procedures for Certain Commercial Items 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.



Incorporated provisions and clauses are those in effect through Federal Acquisition Circular



(FAC) 2021-06 effective 12 July 2021. The synopsis/ solicitation number is W91ZLK-23-Q-0022 for the



purchase of Analog Isolation Module. This requirement is being solicited as 100 % Small Business Set



Aside under NAICS Code 334513- Instruments and Related Products Manufacturing for Measuring,



Displaying, and Controlling Industrial Process Variables. The Government contemplates an award of a



Firm-Fixed Price contract to the Lowest Priced Technically Acceptable (LPTA) offer.



Description of Requirements:



Please refer to the attached Purchase Description.



Technical Evaluation:



The Government intends to award one Firm-Fixed Price contract to the Lowest Priced,



Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. Technical



acceptability will be based on a proposal that meets all the requirements stated in the Statement



of Work.



Instructions and Information to Offerors:



• Please provide a price quote with product description/ specification.



• By submitting a quote, the Contractor agrees to the notations identified in the Purchase Description/



Specification Sheet.



• All quotations from responsible sources will be fully considered. Vendors who are not



registered in the System for Award Management (SAM), www.sam.gov , database prior



to award will not be considered. Vendors may register with SAM online at the website



link provided.



• For questions concerning this solicitation, contact Tiffany D White, Contract Specialist,



via email to tiffany.d.white23.civ@army.mil . All questions must be received by



Monday, 24 April 2023 at 10:00 A.M Eastern Time.



• All quotations must be signed, dated, and submitted via email to



tiffany.d.white23.civ@army.mil by Thursday, 27 April 2023 at 10:00 A.M Eastern



Time. (Preferred method) or via U.S. Mail at:



US Army Contracting Command- Aberdeen Proving Ground,



Tenant Contracting Division



ATTN: Tiffany D White, C2-101



6565 Surveillance Loop



Aberdeen Proving Ground, MD 21005



• The Government reserves the right to cancel the referenced solicitation if deemed to be in



its best interest. Late submissions will not be evaluated. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND



USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales



and Use Tax. Shipping shall be FOB Destination. For questions concerning this action, contact Tiffany D White via email,



tiffany.d.white23.civ@army.mil . TELEPHONE REQUESTS WILL NOT BE HONORED.



FAR 52.252-1 “Solicitation Provisions Incorporated by Reference”



This solicitation incorporates one or more solicitation provisions by



reference, with the same force and effect as if they were given in full text.



Upon request, the Contract Specialist will make their full text available. The



offeror is cautioned that the listed provisions may include blocks that must



be completed by the offeror and submitted with its quotation or offer. In lieu



of submitting the full text of those provisions, the offeror may identify the



provision by paragraph identifier and provide the appropriate information



with its quotation or offer. Also, the full text of a solicitation provision may be



accessed electronically at the following address:



https://www.acquisition.gov/content/regulations.



The following clauses and provisions are incorporated by reference:



FAR 52.204-7 System for Award Management



FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance



Services or Equipment.



FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video



Surveillance Services or Equipment.



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.



FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors



Debarred, Suspended, or Proposed for Debarment.



FAR 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations.



FAR 52.212-1 Instructions to Offerors -- Commercial Items.



FAR 52.212-2, Evaluation- Commercial Items



FAR 52.212-3, Offeror Representations and Certifications - Commercial Items



FAR 52.212-4 Contract Terms and Conditions--Commercial Items



FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive



Orders -- Commercial Items.



FAR 52.219-28, Post-Award Small Business Program Representation



FAR 52.222-3, Convict Labor



FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies



FAR 52.222-21, Prohibition of Segregated Facilities



FAR 52.222-26, Equal Opportunity



FAR 52.222-50 Combating Trafficking in Persons



FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving



FAR 52.225-13, Restrictions on Certain Foreign Purchases



FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or



Transactions Relating to Iran-Representation and Certifications



FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.



FAR 52.232-39, Unenforceability of Unauthorized Obligations



FAR 52.233-1 Disputes.



FAR 52.233-3, Protest after Award



FAR 52.233-4, Applicable Law for Breach of Contract Claim



FAR 52.243-1, Changes- Fixed Price



FAR 52.246-2 -- Inspection of Supplies -- Fixed-Price



FAR 52.247-34 F.O.B. Destination



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.



DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.



DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.



DFARS 252-211-7003, Item Identification and Valuation



DFARS 252-215-7007, Notice of Intent to Re-solicit



DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.



DFARS 252.232-7006, Wide Area Workflow Payment Instructions.



DFARS 252.232-7010 Levies on Contract Payments.



DFARS 252.243-7001 Pricing of Contract Modifications.



DFARS 252.244-7000 Subcontracts for Commercial Items



DFARS 252.247-7023, Transportation of Supplies by Sea


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP
  • ABER PROV GRD , MD 21005-3013
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 18, 2023 04:14 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >