Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

67 -- High Speed Digital Imagers

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-DIGITAL-IMAGERS
 
Response Due
8/31/2004
 
Archive Date
10/30/2004
 
Point of Contact
Gloria I. Rios, 505-678-4968
 
E-Mail Address
Email your questions to ACA, White Sands Missile Range
(riosgi@wsmr.army.mil)
 
Small Business Set-Aside
N/A
 
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; propo sals are being requested and a written solicitation will not be issued. We have a requirement to replace ageing high-speed 35mm Film Cameras (PhotoSonics Model 4CL/4E/6E) with high-speed digital imagers that are sensitive enough for use on long focal leng th lenses. These digital imagers must accept IRIG B Carrier Timing directly into the imager with time-stamp accuracy on each frame equal to or better than plus/minus 50 microseconds relative to exposure. They shall run at a minimum of 1000 full frames per second with at least an 8 second record time. Image system shall be one cubic foot in size or less. Imager shall operate unattended in a harsh outdoor environment. Each imager shall come with a minimum two-year warranty that includes repair or replacement within one week. The time period for repair and replacement is critical and any time over the one-week period will result in Liquidated Damage Clause FAR 52.211-11. Vendor shall provide schematics, and maintenance and calibration procedures for camera sys tem. Vendor shall provide maintenance training so WSMR personnel can perform board level maintenance and calibration procedures at the end of the warranty period. This action is being conducted as Full and Open Competition in accordance with FAR Part 35  Research and Development Contracting. The NAICS code assigned is 334119 and has a size standard of 1000 employees. As prescribed by FAR 35, selection will be conducted in a two-step process. The first step will be to perform a pre-qualifying evaluation. Interested firms and/or individuals must fill out the WSMR Imager Specification Sheet (as Attachment 1) and return to the Contracting Office by 8/31/2004 with current camera literature. The top two or three vendors that best meet WSMR requirements with c urrent off-the-shelf imagers will be selected and awarded a contract on 9/15/04 to deliver one imager. These selected vendors will then have 45 days to make minor changes and deliver to WSMR the imager for full field testing and evaluation by 11/1/04. The ultimate goal is to select the best digital imager and award a multi-year requirement contract for 4 to 75 cameras in the first year. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circula r 2001-08 dated 29 Jul 02. Your price shall be FOB destination. Inspection and acceptance shall be at destination. We prefer to make payment by VISA credit card. If you do not accept VISA, you must be registered in the Central Contractor Registration (h ttp://www.ccr.gov/). From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.211-11, FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5 (52.203-6 Alt I, 52.219-14, 52.222-21, 52. 222-26, 52.222-35, 52.222-36, 52.222-37, 52.232.33, 52.232-36). Full text of these clauses may be found at http://farsite.hill.af.mil/vffara.htm. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: DFARS 252.212-7000, DFARS 252.7001 (DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.247-7024). Full text of these clauses may be found at http://farsite.hill.af.mil/VFDFARA.htm. A form for submitting your proposal may be found on our web page, http://www.wsmr.army.mil/docpage/docpage.htm. All responses to this synopsis shall be submitted electronically to riosgi@wsmr.army.mil or by facsimile to (505) 678-5107 Attn: Gloria Rios no later than 3:00 pm MDT on 31 August 200 4. See note 1.
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN00645543-W 20040819/040817212556 (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.