Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

59 -- RFQ-0245748

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-0245748
 
Response Due
3/12/2007
 
Archive Date
3/27/2007
 
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. Solicitation Number RFQ-0245748 is being issued as a Request for Quotation (RFQ). This Solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 2005-14. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This RFQ is issued under full and open competition and is restricted 100% to the Small Business Competitiveness Demonstration Program as defined in the North American Industrial Classification System (NAICS) code 334290 and the small business size standard is 500 employees or less. Award will be made to one vendor. The Federal Bureau of Investigation (FBI) has a requirement to procure 2 remote control robot systems for use in target recon, locating hostile personnel, locating non-combatants, providing the user situational awareness, providing operational and situational awareness to the user in the form of audio and video data, and providing transport of collateral equipment and supplies. The system shall include the following: Base System Base system to include everything required to operate the robot to include a wide angle lens internal color driving camera, two way audio communications, standard headset, two (operational and spare) NiMH extended use robot batteries, and a ruggedized operator control unit (OCU). Quantity of 2. Robot mobility must inclusive of but not limited to: climbing stairs, self-righting, negotiating rough terrain, and raising the front end of the robot to increase visibility. Quantity of 2. Power Accessories 110 VAC Fast Charger capable of extended operations where standard trickle charging is not an option. The system shall be capable of charging one Robot/OCU battery system in approximately 60 minutes or less and be able to be plugged into a standard wall outlet. Quantity of 4. 12 VDC Fast Charger for in-vehicle charging where standard trickle charging is not an option. The system shall be capable of charging one Robot/OCU battery system in approximately 60 minutes or less. Quantity of 2. 24 Volt Nickel-Metal Hydride (24V NiMH) or comparable operating system Robot/OCU Battery. Quantity of 8. Cameras Low Light Internal Infrared Camera System for operations with extreme low-light conditions. The system shall be capable of being manually internally mounted and controlled via the operator control unit (OCU). Quantity of 2. High resolution detailed color camera system with 360◦ pan and 90◦ tilt viewing. Camera must be capable of being mounted/detached without the use of tools. Quantity of 2. Rear-Mount, Fixed Day-Night Camera system capable of automatically switching from color to black and white video when low-light conditions are present. The system shall include built-in infrared illuminator capability for extremely low-light situations. The day-night camera shall further be capable of being mounted in a variety of fixed positions quickly and easily without the use of tools. Quantity of 2. Camera Payload expansion capability for one to four additional cameras beyond the standard of one external camera mounted to the unit. Expansion system must be capable of being mounted/detached without the use of tools. Quantity of 2. Combination infrared, high-power external lighting system with two light sources (visible and infrared). Each light shall be independently controlled by the operator control unit and powered by an external battery pack. The system shall be mountable in a variety of fixed positions quickly and easily without the use of tools. Quantity of 2. Operator Control Unit In-Vehicle (IVC) Control System consisting of a portable, directional antenna array, a lightweight hand held controller, a durable carrying case, and all necessary cables. The IVC system shall be capable of utilizing both the 110 VAC and 12 VDC power sources and be easily connected to video monitors. Quantity of 1. Vision HUD-RX system (heads-up-display) that provides the team members with the ability to view video transmitted from the robot system independent of the robot?s operator. The system shall be capable of being worn in existing prescription glasses, UVEX safety glasses, or ballistic goggles. Quantity of 4. Communications Link Long-Range communication capability to increase the operating range of the base robot?s wireless communication system. The long-range system shall be able to be mounted in the same location as the standard short range system provided on the base system for communications. Communications systems shall be interchangeable without the use of tools. Quantity of 2. Travel Cases Travel Charger Case capable of carrying the entire system including battery charging and maintenance equipment. The case shall be designed so that when all battery operated items are in place, the case itself can be plugged into either the 110 VAC or 12 VDC energy source to charge the entire system with an external LED indicator to depict the progress of the charge. Quantity of 2. Accessory Charger Case capable of carrying the standard accessories as well as the HUD-RX battery charging/maintenance system. The case shall be designed so that when all items are in place, the system can be plugged into either the 110 VAC or 12 VDC energy source to charge all items in the case with an external LED indicator to depict the progress of the charge. Quantity of 2. Weight All equipment shall be capable of being manually transported by one adult. Service Agreement A minimum of a service agreement to include normal wear and tear on the robot system, operator control unit, and batteries for no less than one year. Price must include delivery to: FBI Academy - HRT Building; Quantico, VA 22135. Delivery shall be 120 days after receipt of order (ARO). The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order. FAR 52.212-1/Instructions to Offerors - Commercial Items (September 2006) applies to this acquisition. In accordance with FAR 52.212-2: Evaluation-Commercial Items (January 1999), 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 to meet the needs as specified in the description (ii) price (iii) combine package options to include options and service and warranty agreements. 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. Offerors shall include a completed copy of the provision FAR 52.212-3: Offeror Representations and Certifications - Commercial Items (November 2006), with its offer. FAR 52.212-4: Contract Terms and Conditions - Commercial Items (February 2007) and FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (November 2006) subparts A, B, and D apply to this acquisition. FAR clauses are available atwww.acqnet.gov/far. Offers are due March 12, 2007 no later than 4:30 PM EST to Department of Justice; Federal Bureau of Investigation; Quantico Contracts Unit - FBI Academy - HRT Building; Quantico, VA 22135; ATTN: Ms. Andrea Campbell. Offers may also be faxed to 703-632-3574 or emailed to andrea.campbell@ic.fbi.gov. If you have questions regarding this solicitation, contact Ms. Andrea Campbell at 703-632-1618. If submitting offers via US Postal Service, FedEx, or UPS, please allow an additional 24 hours for internal mail delivery.
 
Place of Performance
Address: FBI Academy, HRT Building, Attn: Andrea Campbell, Quantico, VA
Zip Code: 22135
Country: UNITED STATES
 
Record
SN01235719-W 20070223/070221220333 (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.