Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
SOLICITATION NOTICE

V -- VIDEO PROP ASSEMBLY

Notice Date
9/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS020050
 
Point of Contact
Deborah Locke, Contract Specialist, Phone (202) 406-6793, Fax (202) 406-6801, - Ava McIntire, Contract Specialist, Phone 202-406-6940, Fax 202-406-6801,
 
E-Mail Address
dlocke@usss.treas.gov, amcintire@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial lease of space in accordance with the format in FAR Subpart 12.6, 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. Solicitation number USSS020050 is issued as a request for quotes (RFQ) clauses are those in effect through Federal Acquisition Circular 01-9. This requirement is 100% set aside for small business. The NAICS code is 443130. The Government intends to award a firm fixed-price contract. Line item 0001 Video probe assemble, #PXLA 732 XL Pro (or equal); 0002 Tip Adapter, #PXT100FG (or equal); 0003 12-inch rigidizer tube, #GTR-703S (or equal); 0004 Working Tool set, #WT-732 Kit (or equal); 0005 50 Watt Lamp, #PAX 101. Technical specifications must be included with quote when quote will contain "or equal" items. If offering on other than the part number indicated, your quotation must include product literature and/or technical specifications that confirms your product's ability to meet the salient features. The "or equal" items must meet or exceed the following specifications: Power: 110-240 VAC (min 90v, max 150V) 50-400Hz 150Watt max, 2A max, 11-14 VDC, 11A max. Camera: Image Sensor: Color CCD camera; RES: 480 HTV lines S-video, 460 HTV lines composite (or better); Pixel count: 380K (or better) NTSC. This system will use a hand held, color, active matrix monitor. The monitor and controls will be integrated into a one hand held device, allowing for easy viewing and one-handed control manipulation. This hand held will not weigh more than 5 lbs., and will include the following listed control functions. Controls: The following functions will be provided and will be actuated from the handheld control. Freeze Frame 1x, 2x and 3x digital Zoom (minimum); Single button head reset to return head to forward neutral position; Auto and variable brightness controls; Long Exposure mode to allow for added image brightness; Save and name image to 1.44 MB 3.5inch disk in a JPG or BMP format; Loading previously stored images; Side-by-Side comparisons of saved images and current image; Automated Measurement assessment; Single finger head control for 360 degree spherical viewing. Locking the head in what ever position it was last moved. Processor and Light Source: Will support all functions listed in this attachment. It will contain all hardware required to perform those functions. (I.e. 3.5 inch drive, light source?)BNC composite video output; S-video connector for S-Video output. Insertion Tube: 7.5mm diameter (or smaller), a minimum of 10 feet in length but not greater than 15 feet in length. Non-Conductive insertion tubes are preferred. Lamp output: 2500 lumens (or greater) The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) insert: The government intends to award a firm fixed price contract to the responsible offeror whose quotation, conforming to the Solicitation as provided herein, is lowest in price; Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statues Of Executive Orders - Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in the clause, 52.212-5, are applicable to this acquisition: 52,222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the World Wide Web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotes must contain pricing for all line items plus a description and address of location offered. Please note: All responsible offerors shall forward quote via Fax (202) 406-6801 or email dlocke@usss.treas.gov no later than 16 September 2002 by 4:00 p.m. local time.
 
Place of Performance
Address: 843 Brightsead Road, Landover, MD
Zip Code: 20785
Country: U.S.A.
 
Record
SN00161572-W 20020911/020909213759 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.