SOLICITATION NOTICE
67 -- DIGITAL UAV VIDEO RECORDING SYSTEM
- Notice Date
- 2/16/2005
- Notice Type
- Solicitation Notice
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group One, 3632 Quadalcanal Road, B#165 USNAB Coronado, San Diego, CA, 92155-5538
- ZIP Code
- 92155-5538
- Solicitation Number
- H92240-05-T-UA03
- Response Due
- 3/4/2005
- Archive Date
- 3/19/2005
- Description
- This is a combined /solicitation for commercial Brand Name 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; proposals are being requested and a written solicitation will not be issued. The Naval Special Warfare Group One has potential requirement to purchase: CLIN 001 TPR-5 Digital Video Recorder System. Super small digital video/audio recorder, 3? x 4? x 2?. Utilizes 2.5? laptop drives, up to 120Gb. Hardened for field use. Low power consumption, <5W @ 5V. Can be used in UAV, vehicles or unattended. Includes triggers (contact closures) to control recording. Mates directly to TPR-6. CLIN 002 TPRAS-10 DVR Analysis. The field analysis station is based on an IBM laptop. Includes a separate re-chargeable battery providing 12+ hours of continuous operation, fast recharge, 2-4 hours. The laptop, battery and connection electronics are housed in a Pelican 1490 case. The TPR-5 field module docks in this case. Software application gives operator full control of the TPR in the same manner as standard Sony professional video equipment: noiseless frame-by-frame operation, backward/forward viewing and job/shuttle control. Full video deck contrl and video by-pass. Quotes are required to be received no later than 12:00 noon Pacific Time, March 4, 2005. Quotations should be on company letterhead in company format and must be sent to Attn: Amando L. Lastrella at lastrellaa@nswg1.navy.mil, FAX # 619-437-3547. This solicitation is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 and DCN 20040930 edition. North American Industrial Classification Standard (NAICS) 423410, size standard 100 employees, applies to this procurement. FOB: Destination for delivery to DODAAC H92240, Naval Special Warfare Group One / LOGSU One, Attn: Receiving Supervisor, 3632 Guadalcanal Road, Bldg. 165 West End, San Diego, CA 92155. The following provisions clauses apply to this acquisition: The provision at FAR 52.212.1, Contract Terms and Conditions-Commercial Items. The provision at FAR 52.212-2 Evaluation-Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and the offeror must provide a ?complete? copy of this provision with their proposal. You can obtain a copy of FAR 52.212-3 from Internet. The clause at FAR 212-4, Contract Terms and Conditions-Commercial Items, FAR 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52-233-3, Protest After Award (31 U.S.C. 3553), FAR 52.219-6, Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, FAR 52.232-33, Payment by Electronic Funds Transfer applies, DFARS 252.212-7000, Offeror representations and certifications ? Commercial Items, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items applies, DFAR 252.225-7001, Buy American Act and Balance of Payment Program applies. DFAR 252.225-1101 Acquisition of Supplies applies. DFARS 252.232-7003, Flexible Progress Payments. Qualification shall include the vendor?s cage code number, DUNS number and TIN (Tax Identification Number). Should vendors have any questions, please contact Amando L. Lastrella at lastrellaa@nswg1.navy.mil or at 619-437-0895. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The resulting contract will be firm fixed-price. The prospective offeror must be registered with the Central Contractor Registration (CCR) prior to award. Please see note 1 and 22.
- Place of Performance
- Address: Naval Special Warfare Group One / LOGSU One, 3632 Guadalcanal Road, Bldg. 165, San Diego, CA
- Zip Code: 92155
- Country: USA
- Zip Code: 92155
- Record
- SN00753235-W 20050218/050217080740 (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 |