SOLICITATION NOTICE
67 -- Phantom high speed cameras, brand name or equal
- Notice Date
- 2/26/2009
- Notice Type
- Modification/Amendment
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK09T0225
- Response Due
- 3/2/2009
- Archive Date
- 5/1/2009
- Point of Contact
- Virginia Babcock, 410-278-0896<br />
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-09-T-0225. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-30. This requirement is changed from Total Small Business Set Aside to Unrestricted. The associated North America Industry Classification System (NAICS) Code is 333315 and the Business Size Standard is 500 employees. The Government contemplates award of a Firm-Fixed Price contract for the following (brand name or equal) requirement. Description of Requirement: CLIN 0001 6 each Description of End Item Use: High Speed Camera, Phantom, MIRO4, 800x600, 1000FPS, 4GB, 8-bit, monochrome without LCD screen and with cover for flash card, Part #VRI-MIRO4-4096M CLIN 0002 6 each Description of End Item Use: Option, 12 bit for MIRO3 or MIRO4, Part #VRI-MIROX-12 bit The Government has a requirement for six (6) each Phantom Miro 4 high-speed cameras (brand name or equal) to document RDT&E testing. This equipment is instrumental in documenting the interior of vehicles during ballistic mine events with high resolution imagery. New cameras require the same resolution as the current Phantom 7.30. The camera must utilize the same operating systems and software packages as the Phantom 7.30. The reduced size of the camera will increase the locations inside the vehicle in which the high-speed cameras can be placed providing better and more versatile interior coverage. The high-speed camera system is required to have at least 800x600 pixel resolution at a frame rate of 1000 frames per second. The system must have an electronic shutter capable of 2 microsecond exposure times and frame rates over 100,000 frames per second at reduced resolution. The camera must have 4 gigabytes of internal ram to provide 5.9 seconds of record time at 1000 fps with 12 bit 800x600 pixel resolution and 8.9 seconds at 1000fps of record time with 8 bit 800x600 pixel resolution. The system is capable of accepting either c-mount or f-mount with the adapter provided. The Miro4 or equal accepts the required inputs of trigger and IRIG for event timing. The system must be capable of operating on an internal battery or from an external 12-30vdc power supply. The Miro4 or equal must be Ethernet controlled and compatible with the Vision Phantom 7.3 operating system and software. NOTES to Offerors: 1.Any applicable taxes should be included in all offers, and offerors should price this seperately. 2.Offers shall note the lead time or approximate delivery date for items offered Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand Name or Equal 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting 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 Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 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 additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 03:00 PM EST March 2, 2009 via fax at 410-306-3862 or email to ginger.babcock@us.army.mil at the RDECOM Command Contracting Center, Aberdeen Installation Contracting Division, Attention CCRD-AI-IC:, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Ginger Babcock, Contract Specialist, via email at ginger.babcock@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a15488793b7cca7ce8357d947bde6722&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
- Zip Code: 21005-3013<br />
- Zip Code: 21005-3013<br />
- Record
- SN01757877-W 20090228/090226220626-a15488793b7cca7ce8357d947bde6722 (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 |