SOLICITATION NOTICE
66 -- IR SPECTRAL BAND
- Notice Date
- 2/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S609T0015
- Response Due
- 2/9/2009
- Archive Date
- 4/10/2009
- Point of Contact
- Dayna Parkin, 435-831-2589<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 of the FAR (Federal Acquisition Regulation) 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. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of one (1) each CI Systems Inc., model number SR-5000, SR-5000 for IR spectral band utilizing CVF6N and InSb/MCT detector with Stirling cycle cooling complete with cables, rugged laptop, and documentation. Covers the 2.3-14.0/m spectral band with a field of view of 6 mrad. Front windows for SR-5000 units; 1 per SR-5000. RF link; Transmitter and receiver in the 2.4 GHz band with directional antennae. Telescope with IR and VIS-SWIR sources and optical chopper; includes tripod and aiming devices. Pyro detector and empty filter sliders; for measuring above 14 ?m; holds 18 mm diameter filters. WFOV option; increases the FOV up to 5.7, 2 units (one per head). Attenuators; 1 slider for each of the units, for the relevant spectral range; each slider includes OD1, OD2 and OD3 (10%, 1% and 0.1% transmission). Boresight CCD option for SR-5000; 2 units (one per optical head). Field usable rugged racks for all units. Full setup integration and testing at factory. Dust and moisture protection for source station. 2x heavy duty tripods for SR-5000 units. Installation and training at customer site. Note: This is a notice of intent to negotiate on a sole source basis with CI Systems Inc, 90 West Cochran Street Suite D, Simi Valley, CA., 93065-6229. Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from on responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. Special Delivery Terms and Conditions: ITEMS MUST ARRIVE TO: DTC METEOROLOGICAL TEAM, DUGWAY ATMOSPHERIC SCIENCES BRANCH CERDEC NVESD/DROP ZONE MOSBY ROAD, FT. A.P. HILL BOWLING GREEN, VA 22427 NO LATER THAN 08/03/09. COST FOR DELIVERY SHOULD BE INCLUDED IN THE UNIT COST OF THE LINE ITEMS. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-09-T-0015. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 334513 (100 employees) applies to this procurement. The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employees Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration. The clause at DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000, Offeror Representations and Certification Commercial Items; and DFARS 252.232-7010, Levies on Contract Payments applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.203-3, Gratuities; DFARS 252.252-7012, Preference for Certain Domestic Commodities; DFARS 252.227-7015, Technical DataCommercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Normal Work Hours; Contractor Access to DPG; OSHA Standards; Notice To Offerors Use of Class I Ozone Depleting Substances; Army Contracting Agency Executive Level Agency Protest Program and Legend of Acronyms and Brevity Codes. All quotes must be emailed to Dayna Parkin at dayna.parkin@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Dayna Parkinl at dayna.parkin@us.army.mil. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday, 09 Feb 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f055e4aed413b8f3e7e2555b277d43cf&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT<br />
- Zip Code: 84022-5000<br />
- Zip Code: 84022-5000<br />
- Record
- SN01743142-W 20090205/090203215811-f055e4aed413b8f3e7e2555b277d43cf (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 |