SOLICITATION NOTICE
67 -- INTEGRATION OF MULT-SPECTRAL CAMERAS FOR AERIAL IMAGING PLATFORM
- Notice Date
- 3/16/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracting and General Services U.S. Fish & Wildlife Service PO Box 1306, Room 5108 Albuquerque NM 87103
- ZIP Code
- 87103
- Solicitation Number
- 201815Q020
- Archive Date
- 3/16/2006
- Small Business Set-Aside
- Total Small Business
- Description
- DESC: 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; offers are being requested. Solicitation No. 201815Q020 is issued as a Request for Quote (RFQ) and will be awarded as a Purchase Order using simplified acquisition procedures. The NAICS Code 334119. The size standard is 500 employees. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24(a). BACKGROUND: The U.S. Fish and Wildlife Service, Region 2, Refuges Section, Albuquerque, New Mexico requires the following camera equipment: The U.S. Fish and Wildlife Service has purchased a number of components to develop a multi-spectral airborne imaging system. The selected contractor must work within the scope and design of the equipment already purchased and meet the system requirements listed below in Section 1 and Section 2. TERRAPIX CONTROL COMPUTER (TCC) AND POWER DISTRIBUTION (SECTION 1): Integration of a TerraPix Control Computer (TCC) and power distribution module to control and acquire up to 4 TerraPix multi-spectral cameras (customer provided), Novatel IMU (customer provided), NovatelGPS systems (customer provided) and Flight Mangement System (FMS) (customer provide). THE TCC SHOULD HAVE AT MINIMUM THE FOLLOWING FUNCTIONAL AND PERFORMANCE SPECIFICATIONS: Pricing shall include delivery and all applicable local, state, and federal taxes: 1. 19" rack mount-integrated Camera Computer 1 ea Unit Price__________ 2. 1 Core Processor (Intel 3.2 Ghz) for camera 1 ea Unit Price__________ control of up to 4, 3. 11 Megapixel TerraPix Cameras and data logging, 1 ea Unit Price__________ 4. 2 Internal 2GByte compact flash drive running 1 ea Unit Price__________ embedded XP OS, 5. 2 GB PC3200 DDR SDRAM Memory 1 ea Unit Price__________ 6. 2 Removable disks, 200 GB 1 ea Unit Price__________ 7. 12 in Touch Screen LCD Monitor 1ea Unit Price__________ 8. Set of Cables for Data and Power 1 ea Unit Price__________ 9. 28 Volt power supply 1 ea Unit Price__________ 10. 110V AC to 28 VDC Auxiliary power supply unit 1 ea Unit Price__________ 11. TeraPix Camera Control and Acquisition Software 1 ea Unit Price__________ 12. 8U Rugged electronic shipping and storage rack 1 ea Unit Price__________ 13. Trigger inputs from FMS 1 ea Unit Price__________ CALIBRATED METRIC CAMERA MOUNT (SECTION 2.): Manufacture and Integrate a Sensor Frame Assembly (SFA) to hold up to 4 Metric TerraPix multi-spectral cameras in a stable and rigid enclosure. The SFA must be geometrically calibrated and camera models shall be provided for each camera. Integration of Novatel IMU onto SFA with boresight corrections. Custom aircraft interface plate to interface with customers' aircraft (Hole size and mounting hole pattern to be supplied by customer). The provision at FAR 52.212-01, Instructions to Offerors-Commercial Items, and FAR provision 52.212-02, Evaluation Commercial Items, are applicable to this acquisition, 52.212-03 Offeror Representations and Certifications - Commercial Items, the Clause at FAR 52.212-04, Contract Terms and Conditions-Commercial Items, and the Clause at FAR 52.212-05, Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial Items. All interested parties must be registered in Central Contractor Registration (CCR) as prescribed in FAR 52.204-7. Evaluation of Commercial Items: the Government will award to the responsible offeror who conforms to the solicitation and is considered most advantageous to the Government, based on 1. Price; and 2. Technical. FAR clauses can be accessed at the following websites: http://www.arnet.gov/far and http://www.doi.gov/pam/pamare. Vendors wishing to respond to this combined synopsis/RFQ should provide this office with the following: price quote, a completed copy of FAR Clause 52.212-03, Offeror Representations and Certifications-Commercial Items, and a information sheet on equipment being quoted. The Offeror agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Quotes are due no later than 4:00 p.m. (local time), March 24, 2005 and should be electronically submitted via e-mail to mary_drobot@fws.gov or mailed to U.S. Fish and Wildlife Service (CGS) 500 Gold Ave., SW, Room 5108, P.O. Box 1306, Albuquerque, NM 87103.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=221545)
- Place of Performance
- Address: Albuquerque, New Mexico
- Zip Code: 87102
- Country: USA
- Zip Code: 87102
- Record
- SN00770151-W 20050318/050316212339 (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 |