SOLICITATION NOTICE
60 -- CAMERA SYSTEMS & ACCESSORIES
- Notice Date
- 12/16/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AZ5322B002
- Response Due
- 1/3/2006
- Archive Date
- 1/3/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Price Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06 and DFARs Change Notice (DCN) 20051114. Standard Industrial Classification (SIC) code is 3663, FSC Code is 6760 and the size standard is 750 employees. NAICS is 334220. Simplified Acquisition Procedures -- award less than $100,000-- will be followed. This purchase will be for (1) one SU320MS-1.7 RT snapshot InGaAs NIR mini-camera. With snapshot exposure mode, the compact SU320MS-1.7RT InGaAs high-resolution, room-temperature video camera captures images from pulsed events or moving objects with unparalleled temporal control & sensitivity. This camera features Automatic Gain Control, gamma, offset & uniformity corrections. These and other operational modes are programmable via a palm pilot or other serial interface. The InGaAs system provides for pulsed laser beam profiling; machine vision of moving objects; thermal imaging greater than 150 degrees Celsius; free space communications; and hyperspectral imaging. This camera system features simultaneous exposure of whole array with 320x256 pixels of 25x25 mm w/100% fill. Additionally, the camera system has high sensitivity from 900nm to 1700nm, anti-blooming protection, programmable exposure?AGC& Gamma, all solid-state InGaAs imager, digital & analog outputs, compact size less than 290 cubic centimeters, stable operation over ambient temperature range of negative 10 degrees celsius to 40 degrees Celsius, low power less than 1.6W, and accepts standard C-mount lenses. Moreover, the camera is designed for near-infrared pulsed-laser characterization, the SU320MS-1.7RT Indium Gallium Arsenide camera provides triggered frame capture and simultaneous exposure of all pixels with minimum integration time of 128ms. The proprietary focal plane array, organized as a 320x256 pixel matrix of 25mm square pixels, delivers 100% fill factor and greater than 70% quantum efficiency from 1000 to 1600nm. The camera features anti-bloom design, and programmable real-time non-uniformity and gamma correction modes, automatic gain control and other operational settings. Like all SUI high performance InGaAs cameras, the SU320MS operates at room temperature. Video images can be displayed on any RS170 or CCIR compatible monitor using progressive or interlace scanning and/or output as 12-bit digital data to most commercially available digital frame-grabber boards. Please see attached specifications for further inquiry. Interested parties who believe they can meet all the requirements for the Camera system & accessories described in this synopsis are invited to submit in writing complete information describing their ability to provide the required equipment. FOB Destination is the Government preferred method of shipping. Please submit FOB Destination shipping information with all submittals to the office. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004 Alt A, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2003). INTERESTED CONTRACTORS CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: https://www.ccr.gov. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.232-33 Mandatory information for electronic funds transfer payment. Before we can begin the contracting process with your company, I need the following Online Representations and Certifications Application (ORCA) completed-- http://orca.bpn.gov/. FOR MPIN REGISTRATION: http://www.ccr.gov/mpin.asp. Use of online representations & certifications application (ORCA) became mandatory 1 January 2005. ORCA is a web-based system that centralizes, standardizes, and moves the collection and storing of FAR level representations and certifications online. Representations and certifications are to be completed at least annually by vendors on-line through the ORCA portion of the Business Partner Network (BPN). Contractors, presently registered in Central Contractor Registration (CCR), can get a head start by going to www.bpn.gov/orca/ to activate their ORCA profiles. Initially, ORCA will retain the most significant contractor representations and certifications that would apply to any acquisition in the form of 26 questions. Solicitation-specific representations and certifications may still be used outside of ORCA. Further information on this initiative may be obtained from the ORCA help menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2005); 252.225-7001 Buy American Act and Balance of Payment Program; clause 252.225-7036, North American Free Trade Agreement Implement Act. Clause 5352.201-9101 Ombudsman. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, no later than Close of Business (COB) 03 Jan 06 at 4 pm. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7862 or e-mail address: kim.rabatin@edwards.af.mil.
- Place of Performance
- Address: Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524
- Zip Code: 93524
- Country: U.S.
- Zip Code: 93524
- Record
- SN00953675-W 20051218/051216211944 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |