Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2013 FBO #4073
SOLICITATION NOTICE

58 -- Brand Name - Thermal Imaging Module - Brand Name Justification

Notice Date
1/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0EB2332AG01
 
Archive Date
2/6/2013
 
Point of Contact
Christopher Serbe, Phone: (850) 882-2789, Christopher K. Slater, Phone: (850) 882-0334
 
E-Mail Address
christopher.serbe@eglin.af.mil, christopher.slater@eglin.af.mil
(christopher.serbe@eglin.af.mil, christopher.slater@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Thermal Imaging Module This is a Brand Name Only Solicitation. Brand Name = ATOM 1024-40G and associated items listed below: The Operational Contracting Division, Air Force Test Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for two (2) ATOM 1024-40G High Performance Thermal Imaging Modules, two (2) Hardware, Lens, 16.5MM Fixed Focus Athermal Lens, and two (2) Software, D* Star Desktop Camera Control and Image Processing Software, brand name only. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0EB2332AG01. The North American Industry Classification System (NAICS) code for this acquisition is 333314, with small business size standard of 500 employees. This is a Brand Name only acquisition. Offerors will be evaluated on a Lowest Price Technically Acceptable basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Please identify your business size in your response based upon this standard. This requirement is for: CLIN 0001: Two (2) HARDWARE. ATOM 1024-40G HIGH PERFORMANCE THERMAL IMAGING MODULE. INCLUDES: 1024 X 768 UNCOOLED ASI MICROBOLOMETER BASED IMAGING MODULE; 17 UM PIXEL PITCH, 30HZ FRAME RATE, GIGABIT ETHERNET DIGITAL INTERFACE, SIZE (MM): 61 W X 67. 3 D X 68.6 H, WEIGHT: 110G (BOARDS AND DETECTOR ONLY), 25MM FQ.2 FIXED FOCUS ATHERMAL LENS, INPUT POWER: 6-12VDC, POWER CONSUMPTION: <3.6 W, DETECTOR SENSITIVITY: <50MK F 1.1, TIME TO FIRST IMAGE: <4 SECONDS, VIDEO PROCESSING: NUC CORRECTION, BAD PIXEL REPLACEMENT, SOFTWARE COMMAND LIBRARY, POWER SUPPLY. P/N: 915240; CLIN 0002: Two (2) HARDWARE, LENS. 16.5MM FIXED FOCUS ATHERMAL LENS. NOTE: THIS LENS HAS A CURRENT LEAD TIME OF APPROXIMATELY 90 DAYS. THE LENS WOULD BE BACKORDERED AT TIME OF ORIGINAL CAMERA DELIVERY AND THEN WHEN AVAILABLE, VENDOR WOULD SCHEDULE THE CAMERA TO COME BACK FOR CALIBRATION WITH THIS LENS. P/N: 915360; CLIN 0003: Two (2) SOFTWARE. D* STAR DESKTOP CAMERA CONTROL AND IMAGE PROCESSING SOFTWARE. FEATURES INCLUDE: REAL TIME IMAGE DISPLAY AND PAUSE, IMAGE STORAGE: FRAMES, SEQUENCES; IMAGE PLAYBACK AND PAUSE; IMAGE PROCESSING AND ANALYSIS: MANUAL/AUTO GAIN CONTRL, HISTOGRAM DISPLAY, COLORIZATION, IMAGE POLARITY (BLACK HOT/ WHITE HOT), DIGITAL DATA MEASUREMENT VIA SPOTS, REGIONS OF INTEREST, LINE PROFILES, CONVERSION TO JPG, AVI; USER MANUALS. P/N: 915356 The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-062 effective 20 Dec 2012: • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors - - Commercial Items; • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alt I; • FAR 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: • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • FAR 52.219-28; Post Award Small Business Program Representation; • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.233-3, Protests After Award; • FAR 52.233-4, Applicable Law for Breach of Contract Claim; • FAR 52.247-34, FOB Destination • FAR 52.252-2, Clauses Incorporated by Reference • DFARS 252.204-7003, Control of Government Personnel Work Product; • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7001, Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.232-7010, Levies on Contract Payments; • AFFARS 5352.201-9101, Ombudsman; • LOCAL CLAUSE H-850: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-13-P- _ _ _ _ (TBD) *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0EB *Ship To Code/Ext: F1T0EB *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision) Please provide DUNS or Cage Code, Shipping Point, and any charges for shipping on the response to this solicitation. All questions are due by 1200 (noon), Central Time on 18 January 2013. If your company is capable of providing this item, pricing and any product literature must be received NLT 1700, Central Time on 22 January 2013. Anticipated award date is one day after quote due date. If you have any questions please contact Christopher Serbe @ christopher.serbe@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac433df5fd6e18de0a5a69481e0f4481)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02966772-W 20130118/130116234343-ac433df5fd6e18de0a5a69481e0f4481 (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.