Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

67 -- FLIR model M-626L (brand or equal) Marine Night Vision Systems

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Vicksburg District, US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-09-T-2099
 
Response Due
8/10/2009
 
Archive Date
10/9/2009
 
Point of Contact
b4ctsttl, 6016317270<br />
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(toni.t.lowe@usace.army.mil)
 
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. Solicitation No. W912EE-09-T-2099 is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-32. This procurement is 100% set-aside for Small Business. The NAICS Code for this procurement is 423410, SIC Code is 5043, with a Size Standard of 100 employees. This procurement may be quoted as follows: Line Item 0001: Provide and Install Marine Night Vision System including all necessary mountings and any equipment, wiring, etc. for a complete operational system ; Estimated Quantity: 4; Unit of Measure: Each; Unit Price: $____________; Total Line Item Price Line Item 0001: $___________________. Line Item 0002: Provide and install Remote Camera Mount; Estimated Quantity: 3; Unit of Measure: Each; Unit Price: $____________; Total Line Item Price Line Item 0002: $___________________. The purpose of this contract is to procure for the Government four (4) Marine Night Vision Systems and the same as or equal to FLIR model M-626L, installed and made completely operational on four (4) Government motor vessels as described below. In addition, the Contractor shall provide three (3) alternate remote camera mounts on two barges as described below, along with means to operate the camera in the remote positions from three (3) of the motor vessels. All four Marine Night Vision Systems shall be identical except for the video monitors and shall be the latest model of a manufacturer normally engaged in the production of marine thermal imaging and low light vision systems. Each shall be a standard production model equipped only with such optional equipment as is normally offered for sale to the public. Equipment specially manufactured or modified to meet these specifications will be rejected. The Contractor must be a manufacturer or authorized dealer for the Marine Night Vision System proposed.(See FAR Part 19.502-2(c) regarding the SBA non-manufacturers rule) Camera: the Night Vision Camera shall be designed for outdoor mounting in a marine environment. It shall be fully weatherproof, capable of operating in temperatures from -13 to +130 degrees Fahrenheit and shall include an automatic defroster to keep the lens clear. It shall be remote controlled from the pilothouse and shall be capable of rotating continuously 360 degrees horizontally and +- 90 degrees vertically. On-screen feedback shall be provided to show where the camera is pointed. The camera shall have capability to detect infra-red thermal images with a field of view of 26 degrees and a 640 X 480 VOx microbolometer sensor and shall have 2X and 4X zoom capability. In addition to thermal images, the camera system shall be capable of low-light video imaging with as little as 100 micro-lux illumination. Control: each camera shall be fully controlled from the pilothouse of the vessel by a weather proof, multi-function joystick control unit designed specifically for use with the camera system. All camera functions shall be controlled from the multi-function joystick control unit. The control unit shall allow the operator to precisely aim the camera with proportional joystick type controller and shall automatically return to a pre-selected position with the push of a single button. The control unit shall also allow the user to select screen parameters and camera sensitivity for various ambient light situations. Video Screen: each of the four vessels shall be furnished with an LCD video screen specially designed for marine pilothouse applications. The three (3) screens for the towboats shall each be approximately 19 inch 1280 X 1024 high resolution screens with brightness controls to allow for ambient light levels from full sun to complete darkness. The screens shall allow mounting flexibility to include ceiling or wall mounting with ball or gimbal mounts to allow adjustable screen angles. The screen for the crewboat MUDDY WATER shall meet the above specifications except that it shall be approximately 15 inch screen. Camera Mounts: Camera mounts shall be provided in the locations listed below, complete with permanently installed wires as necessary to operate the camera and transmit images back to the video screen. If power converters and/or signal amplifiers are required for proper operation, they shall be provided under this contract at no additional cost. 1.M/V MUDDY WATER 800 HP diesel engine crewboat, 36 ft. long. The camera should mount on the cabin roof. 110 Volt AC plus 12 Volt DC Power is available. Cabin space is restricted and screen mounting options are limited. 2.M/V HARRISON 1,200 HP diesel pushboat, 3 decks high, 66 ft. long. The camera should mount on the pilothouse roof. 110 volt AC Power is available for Camera and Monitor. Pilothouse space is adequate. Camera must be easily removed from mount to allow remote mounting. Alternate wiring shall run to tow knees to allow remote camera wires to plug in at tow knees. All outdoor electrical and video connections shall be weatherproof plugs. 3.M/V WILLIAM JAMES 3,300 HP diesel pushboat, 5 decks high, 144 ft. long The camera should mount on the pilothouse roof. 110 volt AC plus 12 volt DC power is available for Camera and Monitor. Pilothouse space is adequate. Camera must be easily removed from mount to allow remote mounting. Alternate wiring shall run to tow knees to allow remote camera wires to plug in at tow knees. All outdoor electrical and video connections shall be weatherproof plugs. 4.M/V BENYAURD 4,300 HP diesel pushboat, 5 decks high, 170 ft. long The camera should mount on the pilothouse roof. 110 volt AC plus 12 volt DC power is available for Camera and Monitor. Pilothouse space is generous. Camera must be easily removed from mount to allow remote mounting. Alternate wiring shall run to tow knees to allow remote camera wires to plug in at tow knees. All outdoor electrical and video connections shall be weatherproof plugs. 5.MOORING BARGE 1 deck high, 400 feet long Two camera mounts shall be provided on the roof; one at each end of the 400 ft long mooring barge and permanent wiring installed to allow any of the three towboats to plug into either end of the mooring barge at the boats tow knee connection. The towboats camera will be removed from the pilothouse roof and mounted on the mooring barge roof at the end opposite the towboat. All electrical and video connections shall be weatherproof plugs. Only 110 volt AC power is available. 6.QUARTERBOAT 2 decks high, 532 feet long One camera mount shall be provided on the roof at the forward end of the quarterboat and permanent wiring installed to allow any of the three towboats to plug into the opposite end of the quarterboat at the boats tow knee connection. The towboats camera will be removed from the pilothouse roof and mounted on the quarterboat roof at the end opposite the towboat. All electrical and video connections shall be weatherproof plugs. Only 110 Volt AC power is available. Delivery and Installation: the boats and barges will be working on the Mississippi River between Cairo, Illinois and Venice, Louisiana; or on the Atchafalaya River between Old River Lock and Morgan City, Louisiana during the installation period. The boats will be working in close proximity to each other, allowing all equipment to be installed in one trip if properly coordinated. Lodging and meals will be provided aboard for two technicians during installation of the equipment. Coordination and planning will be required to allow installation of all equipment without delaying operation of the boats. Installation shall be accomplished within 60 days of award of contract. Manuals: the Contractor shall provide operators manuals for each of the systems. Submittals: The contractor shall submit information verifying that the product and installation will meet the requirements of this solicitation. Offerors shall submit (in the quote package) sufficient technical literature, brochures, product descriptions, etc. to enable the Government to determine that the product offered meets at least the minimum requirements. The contractor shall also submit (3) Past Performance references. Past Performance data shall include: 1. Clients Name, 2. Point of Contact (POC), 3. Phone Number, and 4. Clients E-mail Address. The quote package may be submitted electronically via email or facsimile. Evaluation and Selection Procedures: FAR Clause 52.212-1, Instructions to Offerors Commercial Items (JUN 2008) applies to this acquisition. All quotes submitted will be evaluated for technical capability. The government will issue purchase orders to the supplier whose quote is the lowest priced of those determined to meet at least the minimum technical specifications and possess the following technical capability: 1. Sufficient Company Experience (minimum of 2 years): the Contractor shall provide sufficient documentation of experience as it pertains to the installation of the specified products on motor vessels. 2. Satisfactory Past Performance: in order to be determined as acceptable, the offeror must demonstrate satisfactory past performance in providing and installing the same or similar type equipment. The following FAR Clauses apply to this acquisition: 52.000-4202 Minimum Insurance Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The following clauses and provisions are incorporated. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil., FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, and the following clauses cited within that clause: FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration.;; 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006);. The following Clauses are also applicable to this acquisition:; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); 252.232-7010, Levies on Contract Payments. CCR registration is necessary. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 10 Aug 2009 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: Toni T. Lowe, 4155 East Clay Street, Vicksburg, MS 39183. Quotes may also be sent via email to: toni.t.lowe@usace.army.mil. For information concerning this solicitation, contact Toni T. Lowe at (601) 631-7270; email: toni.t.lowe@usace.army.mil; fax: (601) 631-7261.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-09-T-2099/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS<br />
Zip Code: 39183-3435<br />
 
Record
SN01896822-W 20090805/090803235307-db40b1a074e717973707d83189832c92 (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.