SOLICITATION NOTICE
67 -- Brand Name or Equal, Redlake MotionPro X5Plus Mono, GigE and USB2, IRIG Included.
- Notice Date
- 12/7/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-07-T-1018
- Response Due
- 12/14/2006
- Archive Date
- 2/12/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, a s supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. This requirement is being issued under t he Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14, Effective 22 November 2006 Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation (D FAR) current to DCN 20061201. This acquisition is being solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) is 334516 with a size standard of 500 employees. All prospective offerors must be actively regis tered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html The proposal shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 10, Unit of Issue: Each, Description: MotionPro X5 P lus Mono, GigE and USB2, IRIG included. Part Number 10010000-023. Specifications are as follows. These specifications set forth the Governments minimum requirements for a High Resolution High Speed Camera System. The High Resolution High Speed Camera Syste m (Camera) will be used for Optics Division high-speed digital imaging of Army materiel test. Configuration: The Camera shall be turn-key, configured of standard commercial off the shelf catalog advertised items and shall meet or exceed all of the followin g specifications. The Camera shall be Redlake model X5 Plus, brand name or equal. Capability: The Camera shall be a rugged field deployable assembly capable of use in low desert terrain environments. Specifications: Imager: Imager shall have no IR blocking filter. Full visible and near infrared range is required of the image sensor. Shall have minimum resolution of 2352 horizontal by 1728 vertical at full resolution frame rate of 500 frames per second. Shall have capability of IRIG B timing for time annotation and frame synchronization. The imager shall be 59db Signal to Noise ratio. The imager shall be CMOS, with 100:1 anti-blooming. Shall have a selectable 25 to 16,000 fps, variable frame rate via external source for synchronization to repetitive events. Shall have a global electronic shutter variable to 5 microseconds to other camer as on synchronization signal. The pixels shall be a square format for ease of data reduction. Shall have a variable electronic shutter of full open to 5 microseconds or less. Shall have NTSC video format output for alignment and video tracking during and a fter image capture. Image recording features: Image format shall be a minimum of uncompressed TIFF, JPEG, AVI, and Bayer formats. The camera shall have the ability to digitally store full resolution images for a minimum of 2 seconds at full resolution (4 G igabytes) and view live images during and after recording is complete. The delivered configuration shall be a minimum of 4 Gigabytes. Trigger point for recordings shall be fully variable pre and post trigger frames in a carousel/circular memory configurat ion. It shall also provide record on command capability, to provide recording of multiple events during a single record session. The camera shall have the ability to transfer images via the Gigabit Ethernet connection, and NTSC 60 FPS video output (one mi llisecond latency). The camera will allow static IP (user defined) addressing an d operate on common use network with other instrumentation. An external LED shall indicate com status. Control Features and Indicators: Shall have indicators for standby/power, and faults. Shall be Microsoft Windows XP compatible. Communications: Shall hav e a minimum of a 1000/100 base T Ethernet (category 6 RJ 45 connections) link for control, configuration, data previewing, data download and to connect a network of cameras and other networked cameras/instrumentation. Shall operate over Ethernet wire a m inimum of 300 feet. Shall operate using standard COTS 100/1000 Mb/s network equipment, such as switches, routers, wireless links, etc., and coexisting with other IP instrumentation. Shall have a high resolution NTSC video BNC connection for alignment, vide o playback and focus and full resolution 25 frame per second display on software GUI. Shall provide automatic image file updating for test round number and use standard Window file name formatting. Shall have an IRIG B inputs. Lens mount: Shall be a standa rd C-mount. Trigger: Shall have 0 to 5 VDC positive and a 5 to 0 VDC negative (or switch closure) trigger input, as well as software trigger Shall have a variable trigger input and trigger delay. IRIG B time code shall be annotated to image data saved - ac cording to document 200-70 Range Commanders Council. Power requirements: Shall operate on 120 VAC 60 Hz nominal power at less than 5 amperes. Shall operate on 20 to 50 VDC at 50 watts. An external LED shall indicate power status. Shall initialize within on e minute of application of power. Physical and Environmental: Shall have a minimum of 1/4 inch 20 and 3/8 inch threaded holes on the bottom. The minimum operating temperature range shall be 32 degrees Fahrenheit to 113 degrees Fahrenheit. Camera size sh all not exceed Dimensions: 4 inches height x 4 inches width x 8 inches length. Accessories: Shall include all operating software, adapters and cables necessary for power and communications interface. Shall include an operator manual, maintenance manuals wi th complete schematics, parts lists and operator and component level repair training. If you provide a quotation for other than the Brand Name specified you must provide technical information about the product you propose so that a technical determination can be made in the review process. Failure to provide the evidence of any equivalent p roduct may result in your proposal being excluded from consideration for award. All proposals shall be clearly marked with Request for Proposal number W9124R-07-T-1018 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no la ter than 14 December 2006, 3:00 PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil no later than 12 December 2006, 3:00 PM MST. Offerors that fail to furnish r equired representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by referen ce and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeor has completed the annual representations and certifications electro nically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov Note: In order to complete the Representations and Certifications for the following referenced provisions you must go to the Air Force Web Site at h ttp://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005 ) apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005). FAR 52.211-16 Brand Name or Equal (Aug 1999). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Governm ent reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) ability to meet delivery date of 29 Dec 2006, iii ) past performance, and iv) price. Technical capability is considered the most important evaluation for this acquisition, delivery date of 29 Dec 06 is second in order of importance, past performance is third in order of importance, and fourth is price. Te chnical proposals will be reviewed for compliance with the Performance Specifications. Ability to meet delivery requirement of 29 Dec 2006. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Pr ice will then be evaluated for offerors whose technical proposal, ability to meet 29 Dec 2006 delivery requirement, and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritoriou s technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provide d same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions requir ed to Implement Statues or Executive Order Commercial Items (Nov 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) w ith Alternate I (Oct 1995), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999) , 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Emplo yment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004). 52.232-33 Payment by Electronic Funds Transfer C entral Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (No v 2006) applies to this acquisition, and specifically FAR 52.203-3 Gratuities (Apr 1984), 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.243-7002 Requests for Equi table Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). If you plan on participating in this acquisition you are required to provide your name, a ddress, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01192586-W 20061209/061207220803 (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 |