Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

52 -- INDUSTRIAL VIDEOSCOPE

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Southern California Province, Angeles N.F., 701 N. Santa Anita Ave., Arcadia, CA, 91006
 
ZIP Code
91006
 
Solicitation Number
53-9A732-6-IQ020
 
Response Due
9/18/2006
 
Archive Date
3/18/2007
 
Description
The Videoscope Purchase for the San Dimas Technology and Development Center located in Los Angeles County, San Dimas, California. Purpose: The USDA Forest Service is interested in acquiring a Industrial Videoscope for the purpose of inspecting, measuring, and recording information on equipment within the responsibility of the USDA Forest Service. Examples of some of the equipment are corriolis meters, fire pumps, spark arresters, and aircraft systems. The recommended contract time will be based on a 60 day delivery date from award. Method of Procurement: Negotiated procurement (FAR Part 15) of a non-commercial item. Contractors must be registered in Central Contractors Registry BEFORE a proposal is submitted. Proposals will not be considered without a CCR number. Registration can be done online at http://www.ccr.gov. Estimated price range is between $25,000 and $100,000. NAICS code: 334519 Size Standard in numbers of Employees: 500. Submit your offer by noon local time September 18, 2006 to the contracting office address listed above. Specifications: The videoscope unit offered shall have a nominal insertion tube diameter of 6mm. The length to the insertion tube shall be 3 to 4 meters. The end of the insertion tube shall articulate a minimum of 120 up/down and 120 left/right. The videoscope shall have measurement capability using stereo optics. The insertion tube shall have interchangeable viewing tip capability. The videoscope shall be an integrated portable package. The videoscope shall be capable of operating on both standard 110-115 volt 60 cycle power and battery power. The battery life shall be a minimum of 1 hour. The videoscope shall have articulation servo protection to protect the servos and the articulation cables in the insertion tube. The videoscope shall be approved for use by the US Air Force or US Navy for inspection of aircraft engines (for measurement). Proof of approval by either military branch is required with the vendors quote. All videoscope equipment and components shall be new (not refurbished). The videoscope shall be provided with the following tips: 1 forward viewing tip with a minimum field of view of 90 degrees and a minimum depth of field of 25 mm to infinity; 1 forward viewing tip with a minimum field of view of 90 degrees and a minimum depth of field of 5 mm to 120 mm; 1 side viewing tip with a minimum field of view of 50 degrees and a minimum depth of field of 45 mm to infinity; 1 side viewing tip with a minimum field of view of 90 degrees and a minimum depth of field of 1 mm to 20 mm; 1 stereo forward viewing tip with a minimum field of view of 60/60 degrees, a minimum depth of field of 5 mm to infinity, and minimum measurable depth of field 5 mm to 30 mm; and 1 side stereo viewing tip with a minimum field of view of 90 degrees, a minimum depth of field of 5 mm to infinity, and minimum measurable depth of field 5 mm to 30 mm. Tips shall incorporate a positive means of securing them to the end of the insertion tube (either double thread or bayonet). Shipping shall be FOB destination (444 E. Bonita Ave, San Dimas, CA 91773). Software shall be supplied with the videoscope. The software shall be that required to operate the videoscope and separate software program that is Windows. Professional 2000 compatible and allows for similar functions to be performed on a standard PC that are done on the integrated videoscope (i.e. functions such as measurement, note appending, etc.). Packaging: The Videoscope shall be an integrated unit. The insertion tube, electronics, power supply, and controls shall be packaged into a single storage case. The storage case shall be suitable to protect all of the videoscope from damage associated with shipping. EVALUATION FACTORS FOR AWARD FAR 52.212-2 Evaluation Commercial Items (JAN 1999) (a) 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. The following factors shall be used to evaluate offers: M.1. PREPARING THE PROPOSAL Offerors shall submit a copy of their technical and cost proposal. Proposals shall, at a minimum, contain the items described in this section. Each proposal shall contain sufficient information to enable a thorough evaluation. Proposals must specifically address the goals and requirements of the specifications. The offerors capabilities to accomplish the requirements of this solicitation must be clearly demonstrated. All proposals which merely offer to conduct a program in accordance with the requirements of the Governments statement of work will be considered non-responsive and will not be considered further. M. 2. EVALUATION CRITERIA Technical Proposal The following is listed in descending order of importance: 1. Experience. Describe experience performing requirements similar during the past 3 years. Include accurate information that will allow the evaluators to contact contract administrators involved with the referenced work. Names, phone numbers, dates, locations, type of work, etc. are critical. Specifically identify a foreman that you will provide for the performance of this contract as a Key Personnel. Provide information about his/her experience. Provide sufficient information so that the evaluators may make contact with anyone who can verify these experiences. 2. Past Performance. Provide details on quality of work performed on all similar contracts within the past 3 years. List and discuss any work not paid at full bid price. Address specific performance failures and how you mitigated the cause of those failures. Provide details regarding timeliness of performance or lack thereof. Discuss business performance statement that describes relationships and cooperation with customers. Include any investigation of alleged or actual violations of labor or immigration laws committed by your firm within the past three years and the disposition of those cases. 3. Technical Approach. Understanding of the Governments Requirements. The Government will evaluate each offerors relative understanding of the Governments requirements on the basis of its written submittals addressing the following sub factors: a.) Any information that indicates the extent to which the site for this project was visited. b.) The results concluded from the site visit. c.) The resources (personnel and equipment) which are planned for use on the project, and how realistic that plan is given concurrent obligations. d.) Site-specific safety plan. e.) Plan of work. f.) Where applicable, estimated production rates. 4. Price Proposal. The price proposal should consist of itemized pricing as listed in the Schedule of Items. Award may not necessarily be made to the offeror submitting the lowest offer. Also, the award may not be made for technical capabilities that would appear to exceed those needed for successful performance of the work. The Government reserves the right to make cost/technical trade-offs that are in the best interest of the Government. It is anticipated that the award will be made to the firm with the best value, considering price, technical proposal, and technical capabilities. M. 3. BASIS FOR AWARD The Government will award the contract to the offeror(s) who (a) asserts to the terms of the solicitation, and (b) has the best combination of experience, past performance technical proposal, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the Contractor is likely to encounter in the performance of this contract. Past performance is a matter of an offerors reputation for integrity and customer satisfaction. Quality control and the understanding of the work is a matter of the offerors familiarity with the nature of the work and with the kinds of problems the Contractor is likely to encounter during performance. Award(s) may be made without further discussions. Proposals should be submitted initially on the most favorable terms, from a technical and cost standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with offerors whose proposals are within the competitive range. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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.
 
Place of Performance
Address: San Dimas Technology & Development Center, 444 East Bonita Avenue, San Dimas, CA
Zip Code: 91773
Country: UNITED STATES
 
Record
SN01127224-W 20060830/060828220218 (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 |
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.