Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2003 FBO #0514
SOLICITATION NOTICE

A -- Videoscope

Notice Date
4/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00102 Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0010203Q0681
 
Archive Date
6/8/2003
 
Point of Contact
Robert Seaward 207-438-3877 seawardrt@mail.ports.navy.mil
 
E-Mail Address
Email your questions to seawardrt@mail.ports.navy.mil
(seawardrt@mail.ports.navy.mil)
 
Description
67- Videoscope. This is a combined synopsis/solicitation for the purchase of Videoscope plus parts, and is prepared 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; quotations are being requested, and a written quotation WILL NOT be issued. This announcement is issued as request for quotation N00102-03-Q-0681. The standard NAICS classification is 33315. This acquisition is reserved for small business. This quotation incorporates provisions and clauses effective through Federal Acquisition Circular 2001-12 with changes effective January 24, 2003. The DFARS is current as of February 14, 2003 and inclusive of DCN20030214 (cases 2002-D031, 2002-D034, 2002-D042 and technical amendments) effective February 14, 2003. The required Videoscope Item 0001; P/N PXLM630A SYS, Qty 1 each. Item 0002: Tip Optic Set, 6MM Tip Optics, P/N PXT6set, Qty 1 Set. Item 0003: Rigidizer 24? Tube for 6MM Probes XL (includes XA118 Gripper Handle) P/N GTR-606S, Qty 1 each. Item 0004: Keyboard with cover, P/N XA150, Qty 1 each. Video Scope purchase specifications 1. In support code 260-purchase request of a video scope system, the following code 260-purchase specifications apply. 1 .I Description of equipment needed: The video scope system shall consist of the items specified below. All equipment shall be powered from a standard II 5-volt AC supply or from a standard 12-volt DC supply and come completely ready for use. All equipment shall be contained in one rugged portable container capable of being comfortably carried by one man down a 30 inch submarine hatch opening (maximum total weight should not exceed 37 Ibs). The container shall be designed for s tandard carrier shipping service (i.e. it can be readily shipped with no additional shipping containment required). The container shall also be provided with wheels and a retractable handle. 1 .I .I Flexible probe: 1.1 .I .I Outside diameter: 6 mm (+/- .I mm). 1 .I .I .2 Working length: 3 meters. 1 .I .I .3 Minimum bend radius: 1 1/2?. 1.1.1.4 Shall not be adversely affected when submerged in seawater or petroleum based oils. 1 .I .I 5 Shall be equipped with 180-degree all-around servomotor driven viewing articulation system. Articulation shall be capable of being accomplished with one hand (such as with a finger-controlled joystick). 1 .I .I .6 Shall be equipped with a color CCD camera at the probe tip. The resultant video image (when combined with appropriate optical tip adapter, light source, camera control processing, and visual display equipment) shall be true co lor, high resolution, full screen, with minimal distortion. 1.1 .I .7 Shall be designed to receive optical tip adapters with near and far fixed focal ranges (from 1 mm to 1OOmm) at 50 degree, 80 degree, and 100 degree field-of-views. 1 .I .I .8 The flexible probe shall be designed for industrial use. 1 .I .2 Camera Control Unit: 1 .I .2.1 Shall have audio, composite video, and S-video inputs/outputs. These inputs/outputs shall be located at the front of the CCU to allow access from the top of the container. The unit shall be equipped with a built-in microphone (eliminates the need for external microphone and associated wiring). 1 .I .2.2 Shall have zoom and freeze frame capabilities with minimal distortion of the image or ?noise? when in use. Shall have a standard keyboard input port to allow text editing of the displayed video image. 1 .I .2.3 Shall have digital imag e storage capability with sufficient memory to store 200 minimum jpeg digital images. Shall be equipped with a digital 1.44-MB floppy disc drive to allow download of digital images onto a floppy disc. 1 .I .2.4 Shall have a user friendly object measurement (depth and width) capability. 1 .I .2.5 Shall portable such that it can be removed from the storage case to allow use in confined spaces. 1 .I .3 Light Source: Light power shall be provided by a 50watt maximum source and shall provide sufficient effective light power to allow clear viewing of objects at a distance of at least 15 inches from the probe tip. The light bulb associated with the unit shall be capable of being easily changed out in the field. 1 .I .4 Active matrix LCD monitor: The display should provide a clear true color non-grainy image which can be viewed by several viewers at the same time. The LCD display shall be either integral with the flexible probe or shall be portable to allow removal from the container for the purpose of allowing the operator to get the best view during remote use. 2. On-site training shall be provided at request at no additional charge. 3. Equipment qualification on-site review: Prior to awarding the purchase contract, it is essential that all interested suppliers provide on-site demonstration of their equipment to ensure compliance with the above specifications. Paragraph 4 recommended supply source has already conducted this on-site demonstration and does not need to be repeated. Contact Dave Plante (C260.4@ 207-438-3400) for on-site demonstration details regarding time and location. Pricing shall be FOB Destination (Portsmouth Naval Shipyard, Portsmouth, NH). The provisions at 52.212-1, Instructions to offerors ? Commercial, applies to this acqu isition. Offerors are requested to include a completed copy of the provision at 52.212-3 and 252-212-7000, Offeror Representations and Certifications ? Commercial Items, with quotations. The following clauses/provisions apply to this acquisition: 52.212-4, 52.212-5 (including 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.225-3), and 252.212-7001. (Note: Federal Acquisition Regulation (FAR) text is available at http://www.arnet.gov/far.) Quotations shall include the vendor?s cage code, DUNs number, TIN (taxpayer identification number). Quotations shall be on company letterhead in company format and may be faxed to (207) 438-1251 ATTN: Robert Seaward. Or e-mailed, mailed/delivered to Portsmouth Naval Shipyard, Contracting Division, BLDG 153, 6th Floor, Code 533.3S, Portsmouth, NH 03801-2590 and are due no later than May 9, 2003 at 3:30 PM Loc al time. POC: Robert Seaward, Contracting Specialist, at (207) 438-3877 or e-mail: seawardrt@mail.ports.navy.mil. Quotations shall be evaluated on price and past performance (Red/Yellow/Green System Source Selection Evaluation). Award shall be made to the responsive, responsible offeror quoting the lowest overall evaluated price. The prospective awardee must be registered with Central Contractor Registration (CCR) prior to award. For more information on CCR, call 888-227-2423 ot log on to www.ccr.dlis.dla.mil.
 
Record
SN00312566-W 20030427/030425213717 (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.