Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2010 FBO #3271
SOLICITATION NOTICE

42 -- Thermal Imaging Camera

Notice Date
11/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-11-T-7078
 
Archive Date
11/24/2010
 
Point of Contact
Deborah Struebing, Phone: 757 443 5917
 
E-Mail Address
deborah.struebing@navy.mil
(deborah.struebing@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-11-T-7078 and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45, effective 01 OCT 2010. NAICS code 333513 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Zeus for the following items: Item List: Line # Part Number Description QTY Price Extended Price 1 FLIR i60 Thermal Imaging Camera, Temp Range 14 to 662 F, IR Detector Resolution 180 X 180 Pixels, Visible Light Resolution 2.35 M Pixels, Display 3.5 In High Contrast Color LCD, Temp Accuracy +/-3.6 F or +/-2%, Field of View 25 Degrees Horizontal by 25 Degrees Vertical, Laser Sighting, SD Removable Memory Card, File Formats jpg, Thermal and Visible Light Blending., Auto Focus, Image Frequency 9 Hz 1 Sub-Total Shipping Total Item Thermal Imaging Camera Temp. Range -4D to 662DF IR Detector Resolution (Pixels) 180 x 180 (32,400) Visual Light Resolution (Pixels) 2.3 M Display 3.5" High Contrast Color LCD Thermal Sensitivity Greater Than or Equal To 100 mK Temp. Accuracy +/-3.6DF or +/-2% Field of View 25 Degrees Horizontal by 25 Degrees Vertical Laser Sighting Yes Image Notation Voice Removable Memory Card Micro SD File Formats jpg Thermal And Visible Light Blending No Special Features IR Window Correction, Automatic Hot or Cold Spot Detection, Voice Annotation, MeterLink(TM) Drop Tested 25G IEC 68-2-29 Spectral Response (uM) 7.5 to 13 Focus Range 0.12 M to Infinity Auto Focus Manual Emissivity 0.1 to 1.0 Ambient Temp. Range 5 to 122 F Alarm No Data Logging Fully Radiometric Image Frequency (Hz) 9 Includes 1 GB SD Memory Card, Rechargeable Battery, 100 to 260 V AC Adaptor/Charger, QuickReport (R) Software, MeterLink (TM), USB cable, Lens Cap, Hand Strap, Carrying Case and Instructions Manufacturers Warranty Length 2 Years MANUFACTURER: FLIR END ITEM APPLICATION: Fire Fighting Shipping address for this item is Williamsburg, VA 23185-5830 The requested delivery date for the above items is 17 November 2010. Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 Item Identification and Valuation; 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 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 my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 9 November 2010 at 1:00 PM local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to deborah.struebing@navy.mil or faxed via 757-443-5982 Attn: Deborah "Rae" Struebing. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f1ea96da169398b40fef6f3a1b14205)
 
Record
SN02323749-W 20101108/101106233019-9f1ea96da169398b40fef6f3a1b14205 (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.