Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2005 FBO #1164
SOLICITATION NOTICE

67 -- Miniature Camera and Recorder

Notice Date
1/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-W4T30743360202
 
Response Due
2/4/2005
 
Archive Date
2/19/2005
 
Point of Contact
Toxie Courtney, Contract Specialist, Phone (334) 953-3516, Fax (334) 953-2856, - Toxie Courtney, Contract Specialist, Phone (334) 953-3516, Fax (334) 953-2856,
 
E-Mail Address
toxie.courtney@maxwell.af.mil, toxie.courtney@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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 W4T30743360202 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20040113. The North American Industry Classification System code is 334310 with a small business size of 750 employees. This acquisition will be issued as a 100% Small Business set aside. This requirement is for the purchase of audio and visual equipment with accessories. Below are the minimum specifications for this procurement. CLIN 0001 – Lipstick Camera with the following specifications: QTY. 120 - Camera Head Size – 10mm x 52mm - Weight – 33grams - Pick Up Device Image Sensor – ¼ inch interline high resolution CCD - Picture Element – NTSC 768(H) x 494(V), PAL 752(H) x 582(V) - Total Number of Pixels – 811(H) x 508(V), approximately 410K pixels - Horizontal Resolution – 480 TV Lines Color Mode - Signal Format – Composite and Y/C Video Out - Scanning System – NTSC 525 Lines PAL 625 Lines - Sync System – Internal - Minimum Illumination – 1 Lux at F1.2 (AGC-on) (50 IRE) - S/N Ration – More than 48dB or 56dB (AGC off) - DSP – 10 bit user programmable DSP - AGC – On/Off selectable, 0dB – 18dB - Aperture Gain – On/Off, On has 2 levels, user definable, 2 bits-status output - Electronic Shutter – NTSC 1/60 – 1/10,000 PAL 1/50 – 1/10,000 Auto/fixed - Fixed Shutter – High Speed: 1/60-1/10,000, Low Speed: 2Fld-16Fld (8 steps) - Video Output – 1.0Vp-p 75 Ohms Y/C 0.7Vp-p 75 Ohms - Gamma – 0.45 or 1.0 (DSP Adjustable) - Power Requirements Power Supply – DC12V (Tolerance 10V – 12V) - Power Consumption – 200mA - Operating Temperature – 14 – 114 degrees Fahrenheit (-10 - +40 degrees Celsius) - Remote – up to 2 meters - Lens – 2.7mm (68.2 degrees), x.xmm (45 degrees), x.xmm variable IRIS (39.2 degrees) - CCU Dimensions – 45mm (W) x 45mm (H) x 14mm (D) - Cable Wires and Connections – BNC, S-Video, DC Jack Male CLIN 0002 – Digital Video Recorder (DVR) with MPEG 2: QTY. 120 - Wearable DVR / video iPod - DVD quality wavelet compression - 2 to 8 hours non-stop recording time - Adjustable frame speed and image quality: Low, Medium, High, and Super; High video resolution by NTSC: 720 x 486; PAL: 720 x 576 pixels; Adjustable frame rate with 8 levels; 60 to 0.5 images per second (NTSC); 50 to 0.5P images per second (PAL) - Compatible with CLIN 0001. - Minimum of 40GB 2.5 inch hard disk with full environment and shock protection system - Dimensions: Hard Drive: 2 inch x 6 inch x 4 inch Controller / Display Unit: 1 inch x 4 inch x 3 inch CLIN 0003 – 12V Ni-Mh rechargeable battery system, 8 plus hours. Include Intelligent Quick Charger. QTY. 240 CLIN 0004 – Super Audio Video Cable to plug camera into camera system. QTY. 120 CLIN 0005 – Microphone, Lapel, High gain low noise. QTY. 120 CLIN 0006 – Power Cable, used to power the camera and microphone from battery pack. QTY. 120 CLIN 0007 – Carry Case for Camera System. QTY. 120 CLIN 0008 – Velcro Strips, industrial strength. QTY. 120 {end CLIN description}. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items.” A best value selection based on price, delivery, and technical will be made. Each offeror's quoted price will be evaluated for reasonableness. Award may be made to other than the low offeror when, after evaluating delivery and technical. The contracting officer will make an award as determined to be in the government's best interest. Award will be made to a single source. Shipping will be OCONUS with a desired delivery date of 20 February 2005. Shipping will be via FED EX. We will provide the FED EX account number at time of order. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2005), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 with Alternate I (Apr 2002), Offeror Representation and Certifications - Commercial Items (Jan 2005); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.211-6, Brand name or equal (Aug 1999); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jan 2005), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); 52.246-1, Contractor Inspection Requirements (Apr 1984), and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7004, Alternate A (CCR) (Nov 2003); and 252.243-7001, Pricing of Contract Modification (Dec 1991). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. Please contact MSgt Toxie Courtney via e-mail at toxie.courtney@maxwell.af.mil. All quotes must be for all items as stated, partial quotes will not be considered. Responses/Offers are due by the close of business (3:00 PM CDT) on 4 February 2005. Submit written quotes; oral quotes will not be accepted. All quotes must be e-mailed to toxie.courtney@maxwell.af.mil and paul.marvin@offutt.af.mil (subject: W4T30743360202). Quotations must meet all instructions put forth in this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-W4T30743360202/listing.html)
 
Place of Performance
Address: Balad Air Base
Country: IRAQ
 
Record
SN00743175-F 20050202/050131212111 (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.