Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2010 FBO #3228
SOLICITATION NOTICE

59 -- Scope Of Work For MILCAM RECON III INFRARED SURVEILLENCE SYSTEM - Justification and Approval (J&A)

Notice Date
9/24/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W61LP9-10-R-0003
 
Archive Date
10/24/2010
 
Point of Contact
Charles Schmidt, 602-267-2849
 
E-Mail Address
USPFO for Arizona
(charles.r.schmidt@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
J & A This is a combined synopsis/solicitation for Sole Source/Name Brand commercial items purchase prepared in accordance with the format in FAR 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 W61LP9-10-R-0003 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-42. The associated NAICS codes is 334511, small business size 750 Employees. COMMERCIAL ITEM DESCRIPTION: Scope Of Work For MILCAM RECON III INFRARED SURVEILLENCE SYSTEM LINE ITEM 1: Thermal imaging performance specs: 640X480 InSb and 320X240 VOx Micro bolometer Sensor. Three fields of view in white and black hot with quick settings to change from each view. High power zoom must have a minimum of 2.5X1.8. All fields of view must have auto-focus and digital detail enhancement. Binocular view and meet Milspec for environmental, Mil STD 810-F for ruggedness. Capable of video outputs: NTSC/PAL video, S video, optional DVI. Two connector types on the outside of the system: BNC and S video. Ability to toggle between daylight and thermal imagers or display the IR and TV images in a split-screen mode. Thermal capabilities are instant on and ready to acquire without cool-down of scope. Must have all parts and components from a single source company that has capability to service in the future. Power Requirements: System must be capable of utilizing two types of power: battery D Cell Lithium and 7 VDC/ 5.5 W. In a power save mode battery life must exceed three hours. Battery life must exceed 2 hours for continuous operation and have an indicator that displays low battery power. Overall system: The system weight cannot exceed 7 lbs and must be able to add a laser pointer. The system must be able to be attached to a tripod. Dimensions of the system cannot exceed 9x10x4 inches. System must include: a hard case with foam to store system and all other components. Other components must include: adapter for external power, cleaning and care kit, video cables with BNC connectors, operator's manual. Warranty for twelve months minimum and ability to enter into service contract within initial 12 months. POC for this solicitation is: Charles Schmidt, SSgt Contracting Specialist NGAZ - USP&FO Purchasing & Contracts 5645 E. McDowell Rd Phoenix, AZ 85008 charles.r.schmidt@us.army.mil Phone 602.267.2849 Fax 602.267.2429 (a) 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: Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements required in this synopsis. A description of the equipment quoted is required. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/ TO REGISTER, GO TO URL: http://www.ccr.gov/. Upon request, the Contracting Officer will make the full text available of the following provisions and clauses that apply: 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 and will be incorporated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors,. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference, 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); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Quotes will be due by 12:00 P.M. mountain standard time, 25 October 2010. Email quotes will be accepted at Charles.r.schmidt@us.army.mil, reference RFQ# W61LP9-10-R-0003 in the subject line. FAX quotes will be accepted AT 602-267-2429. Quotes can also be mailed to AZAA-PFP, USPFO FOR ARIZONA, 5645 E. MCDOWELL RD, PHOENIX, AZ 85008. See attached J&A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W61LP9-10-R-0003/listing.html)
 
Record
SN02295443-W 20100926/100924234544-95704e4f225567a30c56e672a11eee08 (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.