Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2003 FBO #0605
SOLICITATION NOTICE

76 -- Terrain Board

Notice Date
7/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068103T0195
 
Response Due
7/30/2003
 
Archive Date
8/29/2003
 
Point of Contact
SSgt Alejandro Campos 760 725 8450
 
Description
This is a combined synopsis/solicitation for commercial items 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 solicitation will not be issued. Solicitation No. M00681-03-T-0195 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. This procurement is 100% Small Business Set-Aside; any responsible source may submit a quote. The North American Industry Classification System code is 541370 - $4.0 mil. The following item is intended to be purchased for the Government for a Quantity of (2) each of Night Vision Terrain Board (NVTB). The specifications/scope of work (SOW) for the terrain board is as follows. Scope of Work: Design, manufacture, deliver, and install two working NVTB, to equipment specifications provided through out this SOW. Contractor/vendor is to design and submit for customer approval a draft and final graphic layout of the board topography. Component List comprised of the following NVTB 10?L x 10?W x 4?H, NVTB Base, NVTB Electronic Control Package, NVTB Fiber-optic Package, NVTB Moon Lighting Package, Spares Package, Installation and technical support, Packing/Crating/Marking, Warrantee (1 year from install). NVTB physical characteristics: Model size 10?Lx10?Wx4?H, 36? at base, 48? overall, Scale Horizontal: 1? = 50?, Vertical: As necessary to limit height of models to forty-eight (48) inches. The NVTB model will form a continuous scenario of ten (10) feet by ten (10) feet. This scenario will be hypothetical in format and represent an area co ntaining typical terrain features encountered in night flight operations, i.e., offshore approach to sloping beaches and to cliffs, overland flight, harbor entrance and land to water view. The NVTB will have an illumination system, which will consist of thirteen (13) fixed moon positions and one movable moon for complete lighting flexibility. This illumination system must be an infrared light source with indefinite adjustment from cloudy starlight to full moonlight. The topography of the NVTB will portray a scenario, which will duplicate not only a real world image in the visual sense, but in the near infrared spectral region of .6 to 1.0 Microns and match the sensitivity range of current and future night vision devices. The NVTB is free standing and does not require any support rigging. Operating Power requirements for the NVTB shall be 110 volts, 60Hz and shall comply with to following Environmental requirements for storing of the NVTB: 50-75 degrees F, and low to moderate humidity. Conditions should remain constant and not be subject to temperature/humidity cycling Spare parts for terrain boards are to include 1- power supply, 1- quad lamp module, 20-12 volt bulbs, 1-paint/touch-up kit, and 20? fiber-optic strands. All lights shall be adjustable for passion, as well as for strobe interval, and can be selected on/off via keypad. Model base should not emit light leaks Packaging; suitable shipping/storage containers to insure damage-free during transport. NVTB FEATURES: Lighting-Radio tower with flashing red light; Water Tower; Town; Silhouette detail lighted to create horizon sky glow; (1) Airport-Cement surfaced runway, 3,000 foot; Terminal building with rotating beacon (green/white). Lighting and buildings consistent with municipal runways and air ports; Unimproved runway; Roads: two lanes; hard surfaced, unpaved, gravel, etc; Bridge: Suspension type equipped with flashing lights or Concrete type with constant lights; (1) lighted vehicle on bridge; Power lines (High-tension); Spanning river valley as well as other pertinent areas; Lines to be strung on towers common to high tension and wooden type poles; Fine-gauge black for high-tension wires. Water features: Anchored boats, life rafts (strobe light), fishing boats (anchored), buoys (red and green, flashing) at inlet; 700? LHA and LCAC with lights. Water to portray smooth, moderate, and heavy chop. River is to run through mountainous terrain. Agricultural area with lighting and buildings are to be consistent with a farm. Petroleum area: tanks; buildings; lighting; etc. Desert terrain: dunes; beach and lighting. Mountainous terrain: ridges; peaks and valleys. Expeditiona ry features: Covert Lit Drop Zone (One Infra Red (IR) Strobe), Covert Lit Assault Zone (AMP 3) Overt and Covert (AMP 2) Lit Runway All simulated topography and associated man-made features must be constructed of materials that closely simulate reflective properties of real world terrain and man-made features. Roads should be wide enough to accommodate 1:256 scale miniature vehicles. Realism is key. This NVTB is intended for viewing with OMNI IV or better night vision devices using image intensification technology. Upon award, the COR will provide the contractor with NVD digital imagery depicting NVD scene variables. All responsible sources may submit a quote. All Contractors submitting a quote are reminded that you must be registered in the Central Contractor Registration (CCR) database to be considered for award. The website for CCR is www.CCR2000.com. The following provision (s) apply to this acquisition. FAR 52.212-1 Instructions To Offerors ?Commercial Items (MAR 2000), FAR 52.212-4 Contract Terms & conditions -Commercial Items (FEB 2002), FAR 52.219-6 Total Small Business Set-Aside (JUL 1996). Far 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items (Apr 2001) with the following applicable clauses for Para (b) apply to this acquisition: (11),(12),(13),(14),(15),(16) and (24). The following DFAR Clauses apply to this acquisition: DFAR 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following applicable clauses for Para (b): DFAR 252.225-7036 Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program Certificate. Quotes are due by 4PM (PST) on 30 July 2003 to SSgt Alejandro Campos via fax, mail or email. Quotes can be sent via US Postal Service to Regional Contracting Offices, P. 0. Box 1609, Oceanside, CA 92051-1609 Attn: SSgt Alejandro Campos or email to camposa@mcrdsd.usmc.mil If quote is to be sent via Federal Express, the address is ?Regional Contracting Division, Bldg. 22180, MCB, Camp Pendleton, Ca. 92055, Attn: SSgt Alejandro Campos. Phone Number (760) 725-8450. ?Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number of receiving facsimile equipment is (760) 725-8445. The government reserves the right to make award solely on the facsimile quote. The complete original quote shall be submitted if requested by the contracting officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach t he designated office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt.? Quotes are solicited FOB Destination to Receiving Officer Marine Corp Air Station Bldg 328 West Yuma, AZ 85369. Quotes shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certification ? Commercial Items (June 2003) and DFARS 252.212-7000 offeror Representations and Certification ? Commercial Items (June 2003) - the best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far and http://www.acq.osd.mil/dp/dars/dfars.html print out the clauses Far 52.212-3 and DFARS 252.212-7000, and fill in the appropriate blanks).. The Government will award a contract resulting from this solicitation to the responsible quoter conforming to the solicitation whose quote represents the best value to the Government, considering technical, past performance and price. Contractor/Vendor will submit three (3) past performance questionnaires from (3) different clients and contracts along with photos to provide samples of finished products similar in nature to the above Government requirement. Award date is anticipated on 02 Aug 2003 and Scope of work is required to commence for items on or before 11 Aug 2003. : FAR 52.217-6 Option for Increased Quantity.
 
Record
SN00383468-W 20030727/030726121143 (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.