Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

67 -- Thermal Imaging System

Notice Date
4/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883610T0159
 
Response Due
5/3/2010
 
Archive Date
7/5/2010
 
Point of Contact
Iridious T. Ruise 904-542-1265
 
E-Mail Address
iridious.ruise@navy.mil
(iridious.ruise@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 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 is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARs Change Notice (DCN) 20080812. This is a Brand Name or Equal Acquisition. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed be as described in FAR clause 52.211-6-Brand Name or Equal. NAICS is 3333315 with a small business size standard of 500 employees. This acquisition is unrestricted: Delivery: 30 days ARO, performance, and acceptance is FOB Destination, Jacksonville, FL 32211. This solicitation is for a commercial purchase of (1) FLIR GF 309 and accessories Portable / Ergonomic Infrared Imaging System Any quotes submitted should provide information as to how FLIR GF 309 24 portable / Ergonomic Infrared Imaging System meet the following characteristics. Camera must operate in the mid-wave spectrum with a 3.75 to 5?m cold filter. Camera must utilize a cooled Focal Plane Array (FPA) detector. Systems using "uncooled" detectors are not acceptable due to poor sensitivity attributes.Camera must use a 3.75 to 5?m "cold filter" to maximize sensitivity in the specific waveband where aircraft coatings transmit. Systems that utilize a "warm filter" design are not acceptable due to lower sensitivity and inherent noise.Camera must be portable, handheld and battery operated with a rugged design for field inspections.Camera must utilize a low-power, Stirling rotary cooler for optimal battery performance in the field.Camera must utilize Li-Ion batteries with a minimum run time of 3 hours per battery.Camera cooler must have a startup (ready) time < 5 minutes @ 25CDetector resolution must be a minimum of 320 X 240 pixels.The thermal sensitivity (Noise Equivalent Temperature Difference) of the detector must be.025?C or better at 30?C and a scan rate of 60HZ. System must scan at the standard video rate of 60 Hz. Systems that scan < 60 Hz will result in image smearing hindering our ability to detect corrosion, which is not acceptable for our application.Camera must have a focusable, tiltable, and high resolution, color, 800x480 OLED eyepiece viewfinder for use in bright light conditions. Systems that have a "fixed" eyepiece viewfinder result in neck/back strain and are not acceptable for extended periods of use. Systems that have no viewfinder and only utilize an LCD display will significantly reduce the usability of the system during daylight hours and are not acceptable.Camera must have a flip-out, color 800x480 LCD panel (at least 4 inch width) in addition to the eyepiece viewfinder. The LCD panel can be utilized in appropriate conditions to reduce eye fatigue.Camera must have "automatic recognition" for interchangeable optics for detection of corrosion from a distance. Camera must also include an integrated color visual camera with illumination/flash as a standard feature.Camera must be able to record thermal and visual video in a single file for easy reporting.Camera must be able to store "linked" still infrared and visual images for easy reporting.Camera must have integrated capability to store images directly to SD (HCSD) cards as well as USB "flash drive" devices.Camera must have GPS capability and be able to display GPS coordinates in real-time, as well as record the GPS coordinates with the thermal data.System must have an electronic motorized focus mechanism for one-hand operation and/or remote control applications.Camera must have manual focus capabilities.Camera must be able to interface to a PC via USB for setup and configuration of the camera system.System must have a built-in laser indicator.Camera must be rugged and reliable with the following minimum specifications:Vibration Rating: 2 gBump/Shock Rating: 25 gReliability (MTBF): > 4,000 operating hours, > 8,000 cool down cyclesMust operate from -20?C to +50?C (-4?F to 122?F). This operating range is required as a minimum to cover the harsh industrial environments we intend to use the equipment in.Must weigh < 6 lbs. with battery and lens, as it is used in the field. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purc! hases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen. Offers are due at the FISC Jacksonville FL (Attn: Iridious T. Ruise @ 904-542-1265), no later than Close of Business (COB) 3 May 2010 at 12:00 pm EST. Faxed transmissions of quotes are acceptable. Fax #: 904-542-1095 (please call and verify that I have received the fax) or e-mail iridious.ruise@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883610T0159/listing.html)
 
Record
SN02124982-W 20100418/100417000036-622618c0db015513f66848d06764fd9c (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.