SOLICITATION NOTICE
67 -- Camera, Thermal Imaging Head and Wireless Wrist Mounted Monitor
- Notice Date
- 9/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 443130
— Camera and Photographic Supplies Stores
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-06-R-0140
- Response Due
- 9/28/2006
- 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 number is H92244-06-R-0140 and is issued as a request for quotation (RFQ). A Firm Fixed Price (FFP) contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 effective 4 August 2006. This procurement is 100% small business set-aside and the associated NAICS code is 443130 with a size standard is $6 million. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following to include an option quantity of an additional four (4) camera units: CLIN 0001 Dog Camera 7 each CLIN 1001 Option Item: Dog Camera 4 each CLIN 0002 Thermal Imaging Camera Head 7 each CLIN 1002 Option Item: Thermal Imaging Camera Head 4 each CLIN 0003 Wireless Wrist Mounted Monitor 21 each CLIN 1003 Option Item: Wireless Wrist Mounted Monitor 12 each Specifications for the camera unit (including Thermal Imaging Head) are as follows: - Must be light weight (5 lbs or less) - Must be compact: - Dimensions (5?W x 2?H x 10?L or less) - Self-contained (have no exposed wires or circuit boards) - Constructed in a manner to minimize K-9 entanglements - Battery life: 2 hours minimum (longer is better) - Batteries: 3 volt lithium ? not rechargeable - Able to attach/detach quickly and easily from dog harness without accidental loss - Must be durable, vibration and shock resistant - Transmit (wireless) to monitors - Transmit real-time and continuously without time delay - Provide an infra-red (IR) light source strong enough to produce clear and usable images to monitor in all lighting conditions - Transmit 400 meter line-of-site - Transmit clearly 4 to 5 rooms removed from monitors - Transmit clearly with (IR) / thermal camera - (IR) / Thermal cameral must be quickly interchangeable - Provide easy to use operational controls without inadvertent changes due to bumps, shock or vibration - Able to operate controls with gloves on - Integrated Digital Video Recorder (DVR) - Capable of 3 to 4 hour record time - DVR storage media: Secured Digital (SD) Specifications for the monitors are as follows: - Must be light weight (1 lbs or less) - Must be compact: - Dimensions (4?W x 2?H x 6?L or less) - Self-contained (have no exposed wires or circuit boards) - Constructed in a manner to minimize entanglements - Must have 3 monitors per system - Capable of using all 3 monitors at once on different users - Screen size: approximately 3? x 2? - Have clear reception viewing (IR) or thermal - Able to operate controls with gloves on - Provide easy to use operational controls without inadvertent changes due to bumps, shock or vibration - One touch operation - Scratch resistant screen - Wrist mountable ? comfortable - Easy attach / detach strap - Battery life: 2 hours minimum (longer is better); 6 to 8 hours of continual use - Batteries: 3 volt lithium ? not rechargeable - Color capable screen Required delivery date is 90 days after date of contract. The delivery schedule of option quantity will be 90 days after option is exercised. Deliver to: Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. inspection and acceptance will be at destination. The following provisions are incorporated into the RFQ: FAR 52.203-3 Gratuities (Apr 1984) (10 U.S.C. 2207) FAR 52.212-1 Instructions to Offerors - Commercial Items (Jan 2006) 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (b) 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time of 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. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2006) Alternate I (Apr 2002) (Email Christine Anderson at christine.anderson@vb.socom.mil for copy of clause with fill-ins) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2006) (Deviation) a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 90 days after award of contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (5) FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003)(15 U.S.C. 644) (7) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.233-2 Service of Protest (Aug 1996) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.211-7003 Item Identification and Valuation (June 2005) DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (Jul 2006) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) The Defense Priorities and Allocations System (DPAS) and assigned rating of this procurement is DOC7. Numbered Note 1 applies. All responsible sources may submit a quote which shall be considered by the agency. Offers are due no later than 4:00pm Eastern Standard Time (EST) on 28 September 2006. Offers shall be either mailed to Christine Anderson at christine.anderson@vb.socom.mil, telefaxed to (757)492-7954 or mailed by U.S. Postal mail to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
- Place of Performance
- Address: 1636 Regulus Avenue, Virginia Beach, Virginia
- Zip Code: 23461-2299
- Country: UNITED STATES
- Zip Code: 23461-2299
- Record
- SN01154157-W 20060927/060925221203 (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 |