SOLICITATION NOTICE
67 -- Camera and Accessories
- Notice Date
- 5/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- F1T0BW2107A001
- Archive Date
- 5/21/2012
- Point of Contact
- Joshua J. Jordan, Phone: 8508820206
- E-Mail Address
-
joshua.jordan@eglin.af.mil
(joshua.jordan@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis/Solicitation AAC/PKOBA, Eglin AFB, Florida, intends to solicit and award a Firm-Fixed Price contract for a Camera and Accessories with specifics as listed below. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) from the Purchase Request number F1T0BW2107A001. This is a 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) for this acquisition is 334220, small business size standard: 750 people. Please identify your business size in your response based upon this standard. CLIN 0001: 3 EA (AVT GX 1920) High Definition Cameras AVT GX1920 brand name or equal with the minimum capabilities 3 high definition cameras capable of low light recording, 40 FPS camera, 1936x1456 resolution, Type 2/3 sensor size, A/D 14 bit, 8/14 bit depth, Flexible binning CLIN 0002: 3 EA (PSS61006) Power Supplies for CLIN 0001 PSS61006 brand name or equal. Power supplies must be compatible with CLIN 0001. CLIN 0003: 3 EA, 12-75mm zoom lenses 3 each. Must be compatible with CLIN 0001. CLIN 0004: 1 EA, Video Recording System 1 each, Video Recording system with the minimum capabilities of 19" Rack mounted system or equal to, Capable to run and control 4 cameras simultaneously, Top-of-the-line quad-core processor, 32 +GB DDR3 1333 MHZ RAM (OB), 8+ Hot swappable HD bays, 8 port RAID Controller, - 6 +TB RAID using multiple high RPM HD's (7,200 OB), minimum 650Watt Power supply, CD/DVD-RW drive, ability to Display and record simultaneously, 2 Intel i340 Quad Port Adapters brand name or equal to, IRIG-B Time Code Receiver, Windows 7 64 Bit Professional CLIN 0005: Software (Norpix StreamPix 5) 1 each, Norpix StreamPix 5 Software Bundle Capable to run and control 4 cameras simultaneously, IRIG overlay/timestamp for recording, Post analysis capabilities, Synchronized playback of multiple sequences based on time stamp, Single event trigger, Accurate Time Stamping Module (ATS-Mod-5), Pre/Post Module The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The following clauses/provisions are applicable: FAR 52.204-7, Central Contractor Registration; Brand Name or Equal (if you are providing an equal item, please ensure item contains salient characteristics of requested items. Offerors are responsible for submitting all additional information on the equivalent product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics.); 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items: Evaluation will be based on the following factors: Lowest Price Technically Acceptable: technical (capability of item offered to meet the government's needs) and price; 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); 52.212-4 Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.203-6, Restrictions on Subcontractor Sales to the Government w/Alt 1; • 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • 52.219-6, Notice of Total Small Business Set-Aside; • 52.219-28, Post-Award Small Business Program Rerepresentation; • 52.222-3, Convict Labor; • 52.222-19, Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-22, Previous Contracts and Compliance Reports; • 52.222-26, Equal Opportunity; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • 52.225-3, Buy American Act, Alt I • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.223-11 Ozone-Depleting Substances; 52.247-34 FOB Destination; 52.252-1 Provisions Incorporated by Reference & 52.252-2 Clauses Incorporated by Reference (this contract will incorporate one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. The full text of a provision/clause may be accessed electronically at this website: http://farsite.hill.af.mil); DFARS 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Validation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following: • 252.225-7001, Buy American Act and Balance of Payments Program; • 252.232-7003, Electronic Submission of Payment Report; • 252.247-7023 Transportation of supplies by Sea, with Alt III; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101; Ombudsman; Local Clause H-850, Wide Area Work Flow. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. If your company is capable of providing this item, pricing and product literature must be received NLT 1500 CDT, 18 May 2012. Send all offers to Joshua Jordan, e-mail: joshua.jordan@eglin.af.mil or FAX 850-882-9442, by date/time stated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/F1T0BW2107A001/listing.html)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02742390-W 20120510/120508235554-894aafa9b5d63ef7ed4f74a646860f48 (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 |