SOLICITATION NOTICE
12 -- Surveillance SUV Camera System
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-N0012807RC14723
- Response Due
- 9/11/2007
- Archive Date
- 9/26/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N0012807RC14723. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase on a BRAND NAME OR EQUAL basis the following items: (1) PORTABLE SURVEILLANCE SYSTEM WITH WET / DRY VACUUM DISGUISE. SPECIFICATIONS - REMOTE ENCLOSURE AND CAMERA PLATFORM. Enclosure shall feature the following: Periscope Style camera platform disguised as commonly available Wet/Dry Vacuum. Disguise Package - 359 degree Camera rotation and not less than 30 degrees of vertical viewing adjustment. Two (2) heavy-duty 12V DC reversible gear reduction motors for the operation of the Camera Rotation and Vertical Viewing Angle Elevation. Linkage of Elevation Angle System is of stainless steel construction including motor coupler and linkage rod. Materials utilized in the construction of the Periscope Style Camera Platform are to be stainless steel; aluminum with baked on paint or anodized finish; and weather resistant UV stabilized plastic. OPTICS Optics shall feature the following minimum specifications: OPTIC QUALITY First Surface Mirrors with .370 minimum thickness and a minimum reflectivity of over 93%. Thinner commercial grade mirrors that are not ground optically flat are not acceptable. Mirrors are to be mounted flat in brackets in a permanent manner to prevent distortion from bending or twisting. Mirrors must provide clear distortion free images when utilized with camera lensing in excess of 500 mm. PORTABLE POWER SYSTEM - Two Gel Cell Battery packs disguised as common hand held tool boxes supplied to power the Camera, DTMF Receiver, DTMF Decoder Board and RF Video Transmitter. Each Power Pack shall feature the following components: Two (2) minimum 24 amp hour Gel Cell Batteries wired in Parallel; One (1) Low Voltage Cutoff Circuit to protect the batteries from deep discharge; One (1) minimum 15 amp fully automatic battery charger ? Supplied Separate; One (1) Twenty (20) Foot Cigarette Lighter Style Power Cord; One (1) Power Selector switch to select either internal or external power feed; One (1) Master Fuse. RF VIDEO TRANSMITTER AND TELEMETRY RECEIVER/DECODER - A RF Video Transmitter and Telemetry Control System that is utilized to monitor and operate the vehicle mounted Camera System is included. The system shall feature the following components: One (1) switchable 0.25 watt/ 1 watt/ 5 watt Video Transmitter tuned to the 2450 ? 2483.5 MHz range (State / Local Bands are Standard, Federal Bands Also Available); One (1) Dual Speed decoder / controller board with Pan, Tilt, Zoom, Focus and Iris Control; One (1) Telemetry receiver in UHF high range (unless user specifies a different range) with programming ki; One (1) minimum 5.5 Dbi Gain Omnidirectional, 2400MHz Range Transmit Antenna; One (1) Omnidirectional Telemetry Receiving antenna. SURVEILLANCE CAMERA AND LENS - A Watec Dual Mode (Color Daytime/Black & White Low Light) Camera will be supplied as the standard camera for the system. The system shall feature the following components: One (1) 16-160mm Motorized Zoom Lens; One (1) 2X Range Doubler; One (1) Watec Dual Mode Day/Night Video Camera; One (1) Slide in Mounting Bracket that allows fast camera changeovers to optional low light camera. RECEIVE MONITOR AND RECORD CASE - Items in the Remote Camera Enclosure are controlled and monitored by a hand held DTMF Radio and an RF Video Receiver that are supplied and installed in a secondary, portable carrying case. The system shall feature the following components: One (1) Heavy Duty Carrying Case. With latching gasketed lid; One (1) Sony GVD-800 Digital8 Video Recorder with built in 4" LCD TFT Color Monitor and Built in Time & Date Generator; One (1) RF Video Receiver, Tuned to the 2450 ? 2483.5 MHz range (State / Local Bands are Standard, Federal Bands Also Available); One (1) minimum 5.5 Dbi Gain Omnidirectional, 2400MHz Range Receive Antenna; One (1) Internal Twelve (12) Amp Hour Gel Cell Battery. Charges from base unit charger; One (1) Telemetry Transmitter in UHF high range (unless user specifies a different range) with programming kit; One (1) Omnidirectional Telemetry Receiving antenna; Two (2) Telemetry Transmitter Battery Packs; One (1) Telemetry Transmitter Battery Charging Stand with AC Power Cord. One (1) Cigarette Lighter Style DC Power Cord; One (1) Power Selector switch to select either internal or external power feed; One (1) Circuit Breaker Main Power Switch; One (1) Aux. Video Output Port. EXTREME LOW LIGHT CAMERA SYSTEM - A Watec Model 902H, Extreme Low Light Black and White Camera with a 16-160mm Motorized Zoom Lens is provided. Camera requires a minimum scene illumination of 0.0003 lux at f1.4 to produce a useable picture. Lens is secured into the Custom Tailored Mounting Bracket with the camera for easy change-over from Color Day Camera to Low Light Camera. Delivery will be 60 Days or better/ARO. If providing equal, please provide descriptive data. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.211-6 Brand name or Equal (AUG 1999) 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAR 2007), 52.215-5 Facsimile Proposals (OCT1997); the following clauses apply and are incorporated by reference: 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 (MAR 2007), 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 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996); 52.247-29 FOB Origin (FEB 2006) 52.215-5 Facsimile Proposals (OCT 1997); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clause applies and is incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252-227-7015 Technical Data (NOV 1995); 252.227-7037 Validation of Markings (SEP 1999) 252.232-7003 Electronic Submission Of Payment Requests (MAR 2007), 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) , 5252.NS-054T Transportation ? STS (FEB 2006). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by September 11, 2007 at 16:30 (4:30 P.M.). Offers can be emailed to Larry.Ellis@navy.mil, or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite D606, Contracting Department, Attn: Larry Ellis, Code 230A4, Norfolk, VA.23511-3392. Reference RFQ N0012807RC14723 on your proposal. NAICS 334511.
- Place of Performance
- Address: Supply Department, Naval Station, Building 3200, Code 11, 2205 Depot Drive, Great Lakes, IL,
- Zip Code: 60088-3404
- Country: UNITED STATES
- Zip Code: 60088-3404
- Record
- SN01397590-W 20070908/070906222247 (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 |