Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

67 -- Brand Name or Equal to Model SITT-M1 Trajectory Tracker and NAC Model 4H0778-3 HSV-500 C3 VCR High Speed Recorder

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, 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
W9124R08T1066
 
Response Due
7/21/2008
 
Archive Date
9/19/2008
 
Point of Contact
Robert Pich, 928-328-6909
 
Small Business Set-Aside
Total Small Business
 
Description
Combination Synopsis/Solicitation Solicitation Number: W9124R-08-T-1066 Response Date: 21 July 2008, 12:00 Noon MST Technical Questions: 16 July 2008, 12:00 Noon MST This is a combined synopsis/solicitation for commercial items 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A Request for Quotations (RFQ) is being requested and a written solicitation will not be issued. This requirement is being issued under the simplified acquisition procedures per FAR 52.216-21 for brand name or equal components. Anticipated contract delivery date will be 30 days after award. The solicitation document and incorporated provisions and clauses are those in effect through Fac 2005-23, Effective 25 Jan 2008 & Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20080124 Edition. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 333315 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The requirement is for Contract Line Item Number (CLIN) 0001; Estimated Quantity: 2; Unit of Issue: Each; Description: Photosonics/IMC Trajectory Tracker Model number SITT-M1: Contract Line Item Number (CLIN) 0002 ; Estimated Quantity: 1; Unit of Issue: Each; Description: One (1) NAC Model number 4H0778-3 HSV-500 C3 VCR system including VCR Carrying Case, Operation Unit/Holder, Operation Manual, Cables, and Connectors. The specification and /or statement of work, with the CSS are located at the U.S. Army Contracting Agency Yuma web site www.yuma.army.mil/contracting under RFQs. All proposals shall be clearly marked with RFQ number W9124R-08-T-1066, must be priced per individual clin and emailed to the name and address listed below or sent by facsimile to 928-328-6849 no later than Noon MST, 21 July 2008. The deadline for technical questions is Noon MST, 16 July 2 008. The Government intends to award to the responsible offeror whose offer conforms to the solicitation and will be the most advantageous to the Government based on technical acceptability and lowest price (representing 50% of evaluation weight). Offers that fail to furnish required 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 reference and apply to this acquisition. FAR 52.211-6 Brand Name or Equal (Aug 1999); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.211-7003 Item Identification and Valuation (Jun 2005); FAR provision 52.212-1 Instructions to Offerors Commercial Items (Sep 2006). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2006) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (June 2005). If in completing DFARS 252.12-7000 (c), the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Sep 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-6 Notice of total small Business Set-Aside (Jun 2003), 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 Employment 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)(E.O.13201), 52.222-50 Combating Trafficking in Persons (Aug 2007); DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7000 Buy American ActBalance of Payments Program Certificate; 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2006) applies to this Acquisition, and specifically 52.203-3 Gratuities (APR 1984), 252.243-7002 Requests for Equitable Adjustment (MAR 1998), 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the name and address listed below or facsimile (928) 328-6849. See Note 1. Note 22 has been changed from forty-five days to 12 days SECTION C Trajectory Tracker System SPECIFICATIONS C.1 SCOPE: These specifications set forth the Governments minimum requirements for a Trajectory Tracker System. The Trajectory Tracker System will be used for Optics Division high-speed digital imaging of Army materiel test. C.2 CONFIGURATION: The Trajectory Tracker shall be turn-key, configured of standard commercial off the shelf catalog advertised items, brand name or equal to the IMC/Photosonics Trajectory Tracker, and shall meet or exceed all of the following specifications. C.3 CAPABILITY: The Trajectory Tracker shall be a rugged field deployable assembly capable of use in low desert terrain environments. C.4 SPECIFICATIONS: C.4.1 Mirror assembly: C.4.1.1 Shall have minimum tracking range of 100 degrees, 90 degrees stable and usable for image data. C.4.1.2 Shall have angular accuracy of less than 0.3 degrees using a digital stepping motor and digital encoder. C.4.1.3 The Trajectory Tracker shall use mirrors of high quality, front surface, Flatness = (Lambda/4) / (Area of mirror). C.4.1.4 The Trajectory Tracker requires no calibration and be ready to arm in less than one minute after software changes. Acceleration profiles shall be ready in less than 1 minute. C.4.1.5 Shall, as a minimum, be able to track kinetic tank rounds in excess of 1800 meters per second at an intercept distance of less than 40 meters. The scan ratio shall be 0.1 to 100. This is the calculation of velocity divided by scan ratio to determine offset distance from projectile intercept. C.4.1.6 Shall have tracking encoder data available for real time electronic output and also saved to a Microsoft Excel spreadsheet for data analysis. C.4.1.7 Shall be a single self contained weather resistant unit with military weather proof type connectors. C.4.1.8 The Trajectory Tracker shall have a mirror larger than 130mm by 80mm. C.4.2 Communications remote interface features: The Projectile Follower shall have the ability to transfer control data via the Gigabit Ethernet connection. The Projectile Follower will use static IP (user defined) addressing and operate on common use networks with other instrumentation. An external LEDs shall indicate com status and an internally mounted Gigabit switch shall have three open ports for camera and computer attachment. C.4.3 Control Features and Indicators: C.4.3.1 Shall have indicators for standby/power, and faults. C.4.3.2 Shall be at minimum Microsoft Windows 2000, XP, and Vista compatible. C.4.4 Communications: C.4.4.1 Shall have a minimum of a 1000/100 base T Ethernet (category 5E RJ 45 connections) link for control, configuration, data previewing, data download and to connect a network of Trajectory Trackers and other networked cameras/instrumentation. C.4.4.2 Shall operate over Ethernet wire a minimum of 300 feet of Cat 5E, and 50 Km distance via external fiber network converter. C.4.4.3 Shall operate using standard COTS 1000Mb/100 Mb/s network equipment, such as switches, routers, wireless links, etc., and coexisting with other IP instrumentation. Shall have built in gigabit switch. C.4.4.4 Shall have military type sealed connectors, rated at IP67 or better and tighten with no more than one full twist. C.4.4.5 Shall provide ground isolated, chassis mounted, BNC flange connectors (not D-hole connector) for trigger input/output. C.4.4.6 The software shall provide the ability to induce drag in tracking profile. C.4.4.7 Shall be able to re-arm in less than two seconds of triggering. C.4.4.8 Shall be able to import and calibrate to acceleration profiles. C.4.5 Shall accept acceleration profiles for positive and negative acceleration and provide 100% drag to be entered. C.4.6 Trigger: C.4.6.1 Shall have + 5 VDC positive and a -5 VDC negative (or switch closure) trigger input, as well as software trigger. There shall also be a software trigger sensitivity level adjustment as well. Three MSI skyscreen type of connections shall also be provided. C.4.6.2 Shall have a variable trigger input and trigger delay. C.4.6.3 There shall be inputs for velocity measurement and software corrections for the tracking profile. C.4.9 Power requirements: C.4.9.1 Shall operate on 120 VAC 60 Hz nominal power at less than 5 amperes. A power outlet shall be provided for the camera. C.4.9.2 An external LED shall indicate power status. C.4.9.3 Shall initialize within one minute of application of power. C.4.10 Physical and Environmental: C.4.10.1 The minimum operating temperature range shall be 32F to 122F. C.4.10.2 Projectile Follower size shall not exceed Dimensions: 4 (H) x 4 (L) x 2 (W). C.4.10.3 Shall weigh less than 85 pounds. C.4.10.4 Shall operate in light rainfall, water resistant case. C.4.10.5 Shall have filtered cooling fans, thermally managed. C.4.10.6 Shall have sealed cable pass through/panel. C.4.10.7 The connectors shall all be sealed from rain and dust. The connectors shall be rugged and withstand a minimum of two pound-feet of torque. C.4.10.8 Shall have a ventilation fan with filtering and condensation heater. C.4.11 Accessories: C.4.11.1 Shall include all operating software, adapters and cables necessary for power and communications interface. The software will be a user friendly Microsoft Windows GUI. Allows for importing custom profiles, and uprange and downrange angle skew from perpendicular types of projectile intercepts. The software will allow preliminary setup without connection to the system. C.4.11.2 Shall include an operator manual, maintenance manuals with schematics and operator & component level repair training. C.4.11.3 Shall include a protective shock and vibration resistant sealed shipping case with a minimum of two handles on each end of the case. C.4.11.4 Shall include a tripod and three axis mount/tripod for imaging horizontal firings and up to and including underline high elevation use. This mount shall allow the Trajectory Tracker to be set up on the left, right and underline in respect to the location of the gun or launcher. C.4.11.5 Shall have a minimum warranty of two years. During the warranty period, if the system fails, the turn around time for repairs shall be seven days. If the repair exceeds seven days a loan unit shall be delivered within ten days. HIGH SPEED VIDEO RECORDER SPECIFICATIONS Brand name or equal to the NAC Model Number 4H0778-3 HSV-500 C3 VCR System including VCR, Carrying Case, Operation Unit/Holder, Operation Manual, Cables and Connectors.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a53854b692d2ef210faa857f8bd6bf0c&tab=core&_cview=1)
 
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
 
Record
SN01610387-W 20080711/080709222824-a53854b692d2ef210faa857f8bd6bf0c (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.