SOLICITATION NOTICE
58 -- Portable Underwater Video System
- Notice Date
- 9/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024410T0485
- Response Due
- 9/21/2010
- Archive Date
- 10/6/2010
- Point of Contact
- Michael Oliva 562-626-7453
- E-Mail Address
-
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-10-T-0485. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100908. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334310 and the Small Business Standard is 750 employees. This is a competitive, unrestricted action. This is requirement is BRAND NAME OR EQUAL FISC San Diego requests responses from qualified sources capable of providing: Complete Underwater Video System, Model UWS-3310/ 3320 Item 0001 Quantity 1 each Camera, Model UWE-325/p or equal This item must satisfy the following MINIMUM requirements: TECHNICAL SPECIFICATIONS 1.)MECHANICAL a.Weight: 6 oz. (.2kg) Dry, 3oz (.08kg) Wet b.Depth Rating: 1000 ft. (300m) c.Housing: Black Delrin 2.)ELECTRICAL a.Image Device: 1/3 CCD sensor (ntsc) 81h x 508v, (pal) 795h x 596v. b.Sensitivity:.001 lux @f1.4 c.Resolution: 550 TV lines standard d.Video Out: 1.2 Vpp e.Power: 12 VDC @ 200 ma. 3.)OPTICAL a.Lens: 3.6mm, Electronic-Iris b.Focus: Fixed,4 to Infinity c.Angle of View: 70 Horz. (in water) Item 0002 Quantity 1 each Light, Model UWL-400 LED light or equal This item must satisfy the following MINIMUM requirements: TECHNICAL SPECIFICATIONS 1.)MECHANICAL a.Weight: 7oz. (.2kg) Dry, 3 oz.(.1kg) Wet. b.Depth Rating: 2000 ft. (600m). c.Housing: 6061-t6 Anodized Aluminum. 2.)ELECTRICAL a.Power: 24 vdc b.Output: 1010 lux at 1m, 31 watts. Item 0003 Quantity 1 each Cable, Model C-2303-100m or equal This item must satisfy the following MINIMUM requirements: TECHNICAL SPECIFICATIONS 1.)Conductors: 16 ea. #22 awg, 1 RG-59 Coax 2.)Length: 330 ft. (100m) Standard 3.)Diameter:.35 (8.5 mm) 4.)Materials: Green, Polyurethane jacket 5.)Breaking Strength: 1200 lbs. Item 0004 Quantity 1 each Console, Model CON-3300 (ntsc), CON-3300/e (pal) or equal This item must satisfy the following MINIMUM requirements: TECHNICAL SPECIFICATIONS 1.)Weight: 22 Lbs. (10kg) 2.)Size: 18.5 Wx6 Hx14.5 D(462x150x362mm) 3.)Power: 110-240 VAC 50/60Hz. (100 watts) 4.)Light Control: Variable control 0-100%. 5.)Monitor: 12 LCD Color w/audio. 6.)Safety: Low voltage to Diver. 7.)Connections: Front panel connections for umbilical. 8.)Recorder : NEW SD DVR FOB Destination Delivery. Product shall be delivered no later than 30 days after contract award. Inspection and acceptance will be performed at the destination by a government representative. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 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; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following FAR 52.212-2, Evaluation: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Award will be made to the Offeror that meets the solicitation s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: technically acceptable low bids (see FAR 15.304); A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award Quotes must be received no later than 12:00 PM PST on 21 September 2010. Contact: Michael Oliva email michael.a.oliva@navy.mil Procedures in FAR 13.106 are applicable to this procurement. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor s CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0485/listing.html)
- Place of Performance
- Address: 1100 23rd Ave., Port Hueneme, CA
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN02279138-W 20100915/100913235313-90b45f1d867cd0efda2c07f651df090f (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 |