Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOURCES SOUGHT

58 -- Thermal Imager

Notice Date
5/30/2008
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
6274-312-3384
 
Archive Date
6/18/2008
 
Point of Contact
judy a. McIntyre,, Phone: 703-875-6274, William L Zlater,, Phone: 7038756285
 
E-Mail Address
mcintyreja2@state.gov, zlaterwl@state.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
The purpose of this Sources Sought Notice is to conduct market research and identify potential sources with the capability of providing replacement of an existing thermal imager for the Department of State. This device will be used to detect heat signatures or sources at government owned or leased facilities and State Annexes. Responses must meet all (or the comparative equivalent) requirements and/or specifications listed below. Requirements and Specifications REQUIREMENTS A. Buy Back Program (ByBP): The ByBP is a program that the company would buy back (or trade in) and credit previously purchased equipment (i.e. thermal imager) to the government account at fair market value. These ByBP items must be operational, and can be sequentially sold to another company at the depreciated market value under this agreement. B. Wireless or Bluetooth: The wireless and/or Bluetooth features must be physically disconnected from or not installed within the purchased equipment under this agreement. C. Internal Memory Capacity: The internal memory that allows the local storage of images must be at least 256 Megabytes or better. (If possible, the internal memory should be removable without destroying the device.) D. Universal Serial Bus (USB): The USB port must be at least 2.0 or better to download saved images via a memory stick or personal computer interface. The appropriate software or firmware must be provided for non-standard or proprietary software under this agreement. The software medium must be in a progressive JPEG format. E. Video Output: The video output must be RCA jack with software compatible with NTSC and/or PAL systems with all standard video recording equipment under this agreement. F. Composite Video: The composite video must be capable of viewing both visual (i.e. regular camera lenses) and infrared images (i.e. grayscale and color pallets) on a split screen and/or toggling between the two under this agreement. G. Micron (or Spectrum Response): The wavelength must be within 3 - 5 microns or 7-14 microns (send both quotes). H. High Resolution: The image resolution must be either 320 x 240, 640 x 480, or better. I. Thermal Sensitivity @ 50/60 Hz: The thermal sensitivity must be within the range 0.05 - 0.1 °C at a given temperature. SPECIFICATION A. Lens Assembly Upgrade: The lens assembly must be easily upgraded, retrofitted (or attachment added), and/or interchangeable to the purchased equipment at a reduced, fixed rate and price under this agreement. B. Repair/Replacement: The repair/replacement agreement (after warranty) must be reduced, fixed rate and price. C. Physical Characteristics: 1. Weight: 1 to 5 Lbs 2. Dimensions: up to 5 inches x 10 inches x 5 inches (volume wise) 3. Power Adapter: 100 to 240 VAC 4. Battery Consumption/Life: 2 to 4 hours 5. Charging Rate: Quick to 2 hours 6. Noise Level Upon Start Up: 0 to 4 Decibels D. Storage and Transport Case: The storage and transport case must have a durable exterior that is watertight with an easy to open throw latches and embedded with a 5-piece foam interior for the imager. E. Training Course: The equipment training course must be at least 2 to 4 days for current or newly purchased items under this agreement. Interested small business potential offerors are encouraged to respond to this notice. However, please be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capability to perform. Responses must clearly demonstrate the company’s capability to provide the equipment described. Responses to this notice must be received by the Contract Specialist by the posted time, 5:00 PM Eastern Standard Time on or before 06/03/2008 for consideration. Only responses received by e-mail will be accepted. Discussions or debriefings will not be conducted in response to any submissions. However, clarification to responses maybe sought. Information obtained as a result of this announcement may be used in any subsequent solicitation. All submitted information will be protected as proprietary. The submission of this information is for planning purposes only and is not to be construed as a commitment by the government to procure any items or services, nor will the government pay for the information received. No solicitation document exists.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=670e6a07eed42c45f420b03ffc3d5bc2&tab=core&_cview=1)
 
Place of Performance
Address: Office of Acquisition Management (A/LM?AQM), P.O BOX 9115, R, Arlington, VA 22219, Arlington, Virginia, 22219, United States
Zip Code: 22219
 
Record
SN01584007-W 20080601/080530220821-670e6a07eed42c45f420b03ffc3d5bc2 (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.