Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

67 -- High Speed Video Equipment

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0909TCS06
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
TzeLeong Steven Chang, 309-782-3557
 
E-Mail Address
TACOM - Rock Island
(tzeleong.steven.chang@us.army.mil)
 
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. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2008-19, effective 17 September 2007. The requirement is Full & Open Competition and will result in a Firm-fixed Price Supply contract. The effort is for the High Speed Video Equipment. Contractor shall meet the entire requirement listed in the Purchase Description. SUPPLIES OR SERVICES AND PRICES/COSTS CLIN 0001AA High Speed Video Equipment $___________ Inspection: Destination Acceptance: Destination Unit Price FOB: Destination Quantity: 1 each Delivery Schedule: 30 days after Contract Award SHIP TO: AMSRD-ECB-END: Building 131 Attn: K. Zimmerman 1 Rock Island Arsenal Rock Island, IL 61299-7390 Purchase Description for the High Speed Video Equipment: 1. Purpose. The government is in need of high speed video equipment to aide in the documentation of various tests. 2. Applicable Documents: N/A 3. Requirements. 3.1 Recorded images shall be in color. 3.2 POWER: Camera shall run off 110V AC power and 12/24V DC power (All cords and adapters to run off such power shall be provided). The equipment shall include a battery that shall provide a minimum of 45 minutes run time. Battery charger shall be included. 3.3 RESOLUTION: Minimum full resolution of 1024 x 1024. The camera shall meet or exceed the resolution and pixels listed in Table 1 at each Frames per Second (FPS) specified. Table 1: Resolution FPS Resolution Pixels 60 1024x1024 1.4E6 500 1024x1024 1.4E6 2000 1024x1024 1.4E6 5000 804x600 4.8E5 10000 512x396 2.09E6 30000 256x196 5.17E6 50000 180x132 2.7E4 100000 96x48 6.9E3 150000 60x44 2.6E 3.4 LENS: All lenses shall be C-mount or F-mount and compatible with the high speed video camera. Each lens listed in Table 2 shall be provided with a lens cap and rear dust cap. The following Autofocus lenses shall be provided. Actual part number and manufacturer shall be provided with quote. Lenses shall be either all C-mount or all F-mount. Table 1: Lenses 1 28mm f/2.8D 2 50mm f/1.4D 3 85mm f/1.4D 4 300mm f/4 Image Stabilized 3.5 DATA TRANSFER AND CONTROL: Images shall have the option to be transferred from the camera memory to a pc via Compact Flash and Ethernet. Camera can be operated with or without a PC connected. 3.6 MEMORY: Internal memory; 8 GB. 3.7 PHYSICAL CHARACTERISTICS: Maximum camera weight 12lb. Maximum exterior camera dimensions 6 x 6 x 16. Tripod/fixture mountable on at least 2 sides. 3.8 SOFTWARE: that includes a minimum of; video downloading from the camera, distance and speed measurements, ability to add comments to frames, data filtering and variable speed playback. Software shall be Windows compatible. Videos shall have the ability to be exported as a video format compatible with Quicktime or Windows Media Player or have a free downloadable viewer. Software shall allow for individual frames to be selected and exported as picture files. 3.9 CASE: A case shall be provides that protects all the equipment for storage and transport such as a Pelican Type. Case shall have handles for lifting, water resistant, dust resistant, impact resistance and provide internal support such as foam to protect the equipment. 3.10 OPERATION/MAINTENANCE INSTRUCTIONS: The videoscope shall be furnished with operation and maintenance instructions to include the operation and maintenance of the accessories. The instructions shall be in the English language and shall include proper Preventive Maintenance Checks and Services (PMCS), calibration, troubleshooting, and repair. 3.11 TRAINING: The contractor shall furnish a minimum of 4 hour familiarization training at Rock Island Arsenal of the device and accessories utilizing the operation/maintenance instructions as a guide for the students. 4. Validation/Verification. The government reserves the right to perform sample remote inspections to verify operation and accuracy of the equipment. Verification through use may also be accomplished during the training period as specified in 3.11. Failure of the contractor to provide all accessories with the videoscope, or failure of the videoscope to function properly shall be cause for rejection of the system. 5. Packaging. The system shall be packaged with best commercial package and marked for delivery to the following. AMSRD-ECB-END: Building 131 Attn: K. Zimmerman 1 Rock Island Arsenal Rock Island, IL 61299-7390 6. The system shall be required for delivery within 30 days after contract award. Training shall be coordinated within 30 days after receipt of the system. (End of purchase description) The following clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items. 52.212-3, Offeror Representations and Certifications -- Commercial Items (copy of this provision shall be completed and submitted with the offer). 52.212-4, Contract Terms and Conditions - Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Applicability includes Paragraph (a) items 1, 2, 3; (b) items 18, 19, 20, 21, 22, 24, 34, 39, 43) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (Applicability includes Paragraph (b) items 14, 19, 23, 24) 52.232-18, Availability of Funds 52.247-34, FOB Destination 52.247-35, FOB Destination Within Consignees Premises 52.247-48, FOB Destination Evidence of Shipment 52.246-4528, Rework and Repair of Nonconforming Material 52.247-4531, Cognizant Transportation Officer 252.246-7000, Material Inspection and Receiving Report 252.204-7006, Billing Instructions 52.201-4501, Notice About TACOM LCMC (RI) Ombudsman a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors. b. If you think that this solicitation: (1) has inappropriate requirements; or (2) needs streamlining; or (3) should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO). c. The buyer's name, phone number and address are on the cover page of this solicitation. d. If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can contact the Ombudsman Office. The address and phone number are: U.S. Army TACOM LCMC (Rock Island) ATTN: AMSTA-AQ-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil e. If you contact the Ombudsman, please provide the following information: (1) TACOM LCMC (RI) solicitation number; (2) Name of PCO; (3) Problem description; 52.233-4503 TACOM LCMC (RI), AMC-Level Protest Program 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 General Accounting 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. Send protests (other than protests to the Contracting Officer) to: HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527 Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures. 52.246-4500, TACOM LCMC (RI), Wide Area Workflow-Receipt Acceptance (WAWF-RA) Wide Area Workflow (WAWF) shall be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. (a) To comply with the clauses at 252.246-7000, Material Inspection and Receiving Report, and at 252.232-7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil. (b) When prompted to send additional email notifications, add tzeleong.steven.chang@us.army.mil. (c) You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf (d) Other WAWF training is available from the WAWF main web site, or directly at: http://www.wawftraining.com SOW and associated documents shall only be distributed to contractors in the Joint Certification Program. Please contact the contract specialist below to obtain the SOW and associated documents. The signed offer must be dated and delivered to the following POCs no later than 3:00 PM (Central) on 14 Sep 2009: Ms. Donna Webb, Contracting Officer, donna.webb1@us.army.mil and Mr. Steven Chang, Contract Specialist, tzeleong.steven.chang@us.army.mil. The POC for this solicitation is Mr. Steven Chang, 309-782-3557
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H0909TCS06/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN01931592-W 20090830/090829003032-46082aedf8025e4b8873a5a5c33b18ba (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.