SOLICITATION NOTICE
67 -- Three midwave infrared anamorphic lenses - Sole source procurement to Radiance Technologies.
- Notice Date
- 12/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Missiles), US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W9124P-09-T-0002
- Response Due
- 12/29/2008
- Archive Date
- 2/27/2009
- Point of Contact
- Jeremy Waters, 256-876-3139<br />
- 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. Combined Synopsis/Solicitation Number W9124P-09-T-0002 is to be a Sole-Source procurement to Radiance Technologies, as according to FAR 6.302-1(b), Only One Responsible Source and no other Supplies or Services will satisfy agency requirements. The corresponding NAICS code for this procurement is 333314. The US Army Aviation and Missile Command is soliciting quotes for the purchase of Three midwave infrared anamorphic lenses for the Airborne Weapons Surveillance System (AWSS) Joint Compatibility Technology Demonstration (JCTD), with the following salient features: Focal length of 8.8/18mm, a f# of 2.3, a FOV of V:43 deg H:128 deg, and a bandpass of 3-5 microns. Lens must be compatible with and able to interface to FLIR OEM Phoenix camera, P/N 420-0014-000-03. Lens shall have an MTF that exceeds 0.5 for up to 14 cycles per mm and exceeds 0.3 at 20 cycles per mm over the full field of view. The lenses shall provide a blur spot that matches the detector pitch over the full field of view. The lens must have a mass of less than 1 pound and a volume of less than 30 cubic inches. This requirement is sole source to Radiance Technologies. Radiance Technologies has previously built custom camera system for the Army to execute wide area persistent surveillance as required for the AWSS JCTD and understands the specific optical and mechanical interface requirements for the infrared camera being used and the performance capabilities required for this application. This prior experience shall facilitate a quick, efficient and low risk design and build cycle. The lenses must be delivered within 20 weeks of receipt of order to meet AWSS JCTD schedule milestones. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. For additional information contact the undersigned. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation Commercial items, 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; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; and Clause 252.212-7001 Contract Terms and Conditions, Item Identification and Valuation 252.211-7003, are applicable to this acquisition, other clauses may be included in the award if applicable. Payment will be made via Government Purchase Card. Responses are due no later than 12:05 pm (CST), 29 December, 2008 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898-5250. Award is anticipated by 30 December, 2009 with delivery expected by 20 weeks thereafter. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received evaluation will be lowest price, technically acceptable. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: jeremy.m.waters@us.army.mil or via facsimile at 256-876-1631, marked to the attention of Jeremy Waters. Responses should include a copy of your commercial pricelist or price support along with your companys cage code, Taxpayer Identification number, and DUNS number. Responses received after the specified due date and time will not be considered for award. For further information regarding this solicitation or a full copy of the specification, contact Jeremy Waters via email at Jeremy.M.Waters@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9dffc540dbc94cbd7fd4f409bcdd646b&tab=core&_cview=1)
- Place of Performance
- Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5400, Martin Road Redstone Arsenal AL<br />
- Zip Code: 35898-5280<br />
- Zip Code: 35898-5280<br />
- Record
- SN01721044-W 20081220/081218215108-9dffc540dbc94cbd7fd4f409bcdd646b (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 |