Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

67 -- High Speed Digital Video Camera

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-06-T-0441
 
Response Due
9/15/2006
 
Archive Date
10/15/2006
 
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 number is W15QKN-06-T-0441 for this Request for Quote (RFQ) and must be referenced in all proposals sent in response to this request. The US Army TACOM-ARDEC, Picatinny Arsenal, NJ 07806-5000, is soliciting to procure one (1), High Speed Digital Video Camera needed for ballistics investigation during live fire testing of remote weapon stations. The Contract Line Item Number (CLIN) for this solicitation is CLIN 0001, High Speeed Video Camera. The requirements/specifications are: It must be an existing product and deliverable within Thirty days (30) days of contract award. The Camera must meet the following criteria: -Have a Maximum Resolution of at least 1280 x 1024. -Have a maximum frame rate of at least 1000 Frames per Second (fps). -Must have live image while recording. -Be USB 2.0 Firewire Plug and Play compatible. -must be able to record at least 3 full seconds of data at maximum resolution. -Must have Matlab and Labview plug-in functionality. Acceptance of the Camera will be made at destination. Delivery of the system shall be no later than 30 October 2006. Shipment will be made using best commercial practices to: ARDEC Picatinny, Attention: Nicholas Terzulli Picatinny Arsenal, Building 322 Picatinny NJ 07806. For Past Performance, offerors shall furnish three references of sales made for the same or technically comparable items. This solicitation document and incorporated provisions and clauses are those in effect through Federal AcquisitionCircular 2001-07. FAR 52.212-2, Evaluation-Commercial Items, a single award will be made to the responsible offeror whose offer is determined to be the best value to the Government based on Technical Capabilities, Price, and Past Performance. The offer will be determined to be technically acceptable based on in house technical evaluation. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications as specifically listed above. FAR provision 52.212-1, Instructions to Offerors - Commercial Items applies. Offerors are required to complete and include a copy of the following FAR provisions with their proposals: 52.212-3, Offeror Representation and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment By Electronic Funds Transfer Central Contractor Registration. Additionally, DFARS provisions 252.212-7000, Offer Representations and Certifications Commercial Items; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and 252.247- 7022, Representation of Extent of Transportation By Sea; apply. DFARS clauses 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating FAR clause 52.203-3, Gratuities; ARDEC 25 Commercial Packaging Requirments please note paragraph 6.2 does not apply. Full text versions of FAR and DFARS provisions and clauses can be found at http://procnet.pica.army.mil. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Offers shall be submitted on official company letterhead and include a CAGE code and DUNS number. Offers shall be received at the contracting office no later than September 15, 2006. Offers should be submitted via E-mail to david.drag@pica.army.mil, via fax (973-724-5904), or Jackie Ramsey, e-mail: jduffy@pica.army.mil , or U.S. mail. The contracting office is not responsible for incomplete, late, lost, misdirected or postage-due mail or for any technical malfunction, lost/delayed data transmission, omission, interruption, deletion, defect, or line failure in connection with any telephone network, computer equipment, software or any combination thereof. Award shall be made to the offer whose proposal represents the best value to the Government. Technical capabilities, Past Performance, and Price shall be subjectively compared to determine the combination that is most advantageous to the Government and an award shall be made on that basis. The Government reserves the right to make award to other than the lowest priced offers or to other than the offer with the lowest Proposal Risk rating if the PCO determines that to do so would result in the best value to the Government. For information regarding this solicitation, please contact David Drag at (973) 724-3970, email: david.drag@pica.army.mil or Jackie Ramsey at 973-724-7660, e-mail: jduffy@pica.army.mil.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-06-T-0441)
 
Record
SN01135277-W 20060908/060906230033 (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.