SOLICITATION NOTICE
58 -- Digital Observation Guard (DOG) Day/Night Local Area Observation Systems
- Notice Date
- 7/27/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248-06-R-0013
- Response Due
- 8/11/2006
- Archive Date
- 10/10/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is issued as a Request for Proposals, W91248-06-R-0013. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. Acquisition is set aside for small business Concerns. See Numbered Note 1. The NAICS Code is 541330 and the small business size standard is $4.5M. The Government intends to award a requirements contract for a base and four (4) 12-mo nths option periods, to the responsive, responsible offeror submitting the lowest priced technically acceptable offer. Equipment required is Digital Observation Guard (DOG) Day/Night Local Area Observation Systems Equipment with Infrared (IR) Illumination Kits, Wireless Kits, Camera Pan/Tilt Attachment Kits. Specifications and estimated quantities are shown on the attached offer schedule. Equipment will be delivered to Fort Campbell, KY. The provision at 52.212-1 Instructions to OfferorsCommercial Item s, is applicable and is addended as follows: Paragraphs (d), (e), and (h) are deleted. This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information http://farsite.hill.af.mil/vffara.h tm); 52.216-1 Type of Contract (Fill-in information, firm fixed-price requirements); 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; and 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. The provision at 52.212-2 EvaluationCommercial Items is also applicable; Technical (Specifications) and Price are the evaluation criteria in Paragraph (a). Technical and Price are equal in importance. The Government intends to make a single award to the re sponsive and responsible offeror submitting the lowest priced technically acceptable offer. Offerors are instructed to submit the following documents: completed copies of FAR Provision 52.212-3, Offeror Representations and CertificationsCommercial Items , and DFARS Provision 252.212-7000 Offeror Representations and CertificationsCommercial Items; completed offer schedulee with destination pricing; specifications and/or descriptive literature for proposed equipment; and a statement regarding availability of equipment (time required for shipping after receipt of order). Initial order will be for one (1) system; up to 55 systems per year may be ordered if this initial system is acceptable and performs as required. The successful offeror must be registered in the Central Contractor Registration at http://www.ccr.gov. The following clauses apply to this acquisition: 52.212-4, Contract Terms and ConditionsCommercial Items; 52.252-2 Clauses Incorporated by Reference (Fill-in information http://farsite.hil l.af.mil/vffara.htm); 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 52.216-18 Ordering (Fill-in information, Paragraph (a) dates will be entered at contract award); 52.216-19 Order Limit ations (Fill-in information, Paragraph (a) 1 each; Paragraph (b)(1) 55 each; Paragraph (b)(2) N/A; Paragraph (b)(3) 3 days; Paragraph (d) 5 days); 52.216-21 Requirements (Fill-in information, Paragraph (f) date will be entered at contract award ; 52.217-5 Evaluation of Options; and 52.217-9 Option to Extend the Term of the Contract (Fill-in information, Paragraph (1) 30 calendar days and 60 calendar days; Paragraph (c) five (5) years. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following additional FAR clauses cited within the clau se also apply: 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-6 Notice of Total Small Business Set Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Vet erans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-36 Paym ent by Third Party. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within th e clause are also applicable: 52.203-3 Gratuities; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7036 I Buy American ActNorth American Free Trade Agreement Implementation ActBalance of Payments Program; 52.243-7002 Requests for Equit able Adjustment; and 252.247-7023 II Transportation of Supplies by Sea. Offers are due not later than 4:00 P.M. 9 August 2006. All responsible concerns may submit an offer which will be considered by the agency. Submit offers to Directorate of Contracti ng, ATTN: June Fletcher-Schiewe, 2172 13 ? Street, Fort Campbell, KY 42223-5358. Contact Ms. Fletcher-Schiewe, 270-798-3441, june.schiewe@campbell.army.mil; or Ms. Trudy Colbert, 270-798-7566, trudy.colbert@campbell.army.mil for information regarding th e solicitation. OFFER SCHEDULE CLIN DESCRIPTION ESTIMATED QTY UNIT OFISSUE UNITPRICE TOTAL PRICE BASE PERIOD: 0001 Base System, Digital Observation Guard (DOG) Day/Night Local Area Observation System. 55 Each __________ __________ 0002 Infrared (IR) Illumination Kit. 55 Each __________ __________ 0003 Wireless Kit. 55 Each __________ __________ 0004 Camera Pan/Tilt Attachment Kit. 55 Each __________ __________ TOTAL, BASE PERIOD, 0001-0004 _____________________ FIRST OPTION PERIOD: 1001 Base System, Digital Observation Guard (DOG) Day/Night Local Area Observation System. 55 Each __________ __________ 1002 Infrared (IR) Illumination Kit. 55 Each __________ __________ 1003 Wireless Kit. 55 Each __________ __________ 1004 Camera Pan/Tilt Attachment Kit. 55 Each __________ __________ TOTAL, FIRST OPTION PERIOD, 1001-1004 _____________________ SECOND OPTION PERIOD: 2001 Base System, Digital Observation Guard (DOG) Day/Night Local Area Observation System. 55 Each __________ __________ 2002 Infrared (IR) Illumination Kit. 55 Each __________ __________ 2003 Wireless Kit. 55 Each __________ __________ 2004 Camera Pan/Tilt Attachment Kit. 55 Each __________ __________ TOTAL, SECOND OPTION PERIOD, 2001-2004 _____________________ THIRD OPTION PERIOD: 3001 Base System, Digital Observation Guard (DOG) Day/Night Local Area Observation System. 55 Each __________ __________ 3002 Infrared (IR) Illumination Kit. 55 Each __________ __________ 3003 Wireless Kit. 55 Each __________ __________ 3004 Camera Pan/Tilt Attachment Kit. 55 Each __________ __________ TOTAL, THIRD OPTION PERIOD, 3001-3004 _____________________ FOURTH OPTION PERIOD: 4001 Base System, Digital Observation Guard (DOG) Day/Night Local Area Observation System. 55 Each __________ __________ 4002 Infrared (IR) Illumination Kit. 55 Each __________ __________ 4003 Wireless Kit. 55 Each __________ __________ 4004 Camera Pan/Tilt Attachment Kit. 55 Each __________ __________ TOTAL, FOURTH OPTION PERIOD, 4001-4004 _____________________ TOTAL FOR BASE AND FOUR (4) OPTION PERIODS, 0001-4004 _____________________ NOTE: QUANTITIES ARE ESTIMATES ONLY; PAYMENT WILL BE MADE FOR ACTUAL NUMBERS ORDERED. SPECIFICATIONS: 1. Base System: a. 4 Each miniature all weather Day/Night cameras: two with 8mm objective lenses and two with 12mm lenses. All cameras must be IR capable and have a total low light rating (camera and lens) of no less than .005 LUX. b. Camera wiring/mounting boxes must require no power at the camera and a minimum operating distance of 1500 feet between the camera and the monitoring location. c. All cameras and wiring boxes must be ruggedized for outdoor use in the CENTCOM operational environment. All enclosures must be at least NEMA IV capable. d. All camera power and data must be transmitted from the monitor/base station to the cameras and their mounting boxes using CAT5 cable and standard CAT5 connectors. (CAT5 may be upgraded to CAT6 if requirements change on future orders.) e. One monitor/base station must operate, observe, and digitally record all four cameras simultaneously. The hard drive must be of sufficient size for up to 2 weeks of continuous operation before recording loops. f. The base station must contain a motion detection alert system that visually and audibly notifies the operator when the alert function is active. The audible alarm must also be able to be turned off if needed. g. Digital recording and exporting of digital images captured on the equipment with an internal CD burner. h. System must include automatic motion detection alert recording, manual activation of the digital recorder, operate on either 110V 220V 50/60Hz, and one(1) user manual per system. 2. Infrared (IR) Illumination Kits with: a. 4 each IR illuminators with the following specifications: (1) 100 foot IR area illumination (flood lighting). (2) 100 meter or greater IR spot lighting. (3) The light (when turned on) must not present a large noticeable red glow when looked at during night operations from 50 feet when viewed from the illuminated area. (4) Removable IR filter covers (allows the light to be used as a normal light if needed). (5) 800nM wave length (minimum). b. 4 Each power supplies with the following: (1) 100/220V, 50/60HZ normal operational voltage. (2) 100 foot power cords. (3) On/off switch located at the camera and near the end of the 100 foot power cord. c. 4 Each Adjustable light mounting plates for surface or pole mounting. 3. Wireless Kits with 4 Each 150 meter minimum line of sight wireless transmitters and receivers with the following specifications: a. The transmitter and receiver can be placed up to 150 meters apart (line of sight) under optimal conditions. b. The receiver connects to the standard CAT5 cable and has the same operating capabilities as a standard camera emplacement (CLIN 0001) (1500 feet from the base station using CAT5 cable and CAT5 connectors with the power and signal provided via the CAT5 cable). c. The transmitter connects to one of the cameras listed in CLIN 0001 using CAT5 cable and CAT5 connectors. Cable length have the capability to be placed over 10 feet from the transmitter to the camera. d. Removable/rechargeable battery pack capable of continuous camera/ transmitter operation for at least 14 hours. e. 8 Each battery packs. f. 4 Each 110/220V 50/60HZ battery chargers or 2 Each chargers that can charge two batteries each. g. Interoperability with BA5590 lithium batteries is required. 4. Camera Pan/Tilt Attachment Kit with: a. 4 Each pan/tilt units that use the same common wiring (CAT5 cable) used for each of the cameras in a DOG kit. b. Each unit must be able to be operated from the Monitor Control Center with all power and signal meeting the same specifications as the DOG cameras (operable with up to 1500 feet of CAT5 cable with no additional power required at the mounting location).
- Place of Performance
- Address: ACA, Fort Campbell Directorate of Contracting, Building 2172, 13 1/2 & Indiana Streets Fort Campbell KY
- Zip Code: 42223-5334
- Country: US
- Zip Code: 42223-5334
- Record
- SN01099587-W 20060729/060727221113 (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 |