Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

67 -- High Speed Camera

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, DO NOT USE - OLD AFNWC ACCOUNT, AFNWC PKE, Air Force Nuclear Weapons Center, 2000 Wyoming Blvd SE, KIRTLAND AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
F2KBAD3168A002
 
Archive Date
8/21/2013
 
Point of Contact
Amber L. Price, Phone: 5058466284, TSgt Joseph A. Carrizales, Phone: (505) 846-5601
 
E-Mail Address
amber.price@kirtland.af.mil, joseph.carrizales@kirtland.af.mil
(amber.price@kirtland.af.mil, joseph.carrizales@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 333316, Size Standard 1000 employees. Solicitation/Purchase Request number F2KBAD3168A002 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-69 effective 01 Aug 2013. NOTE: Please provide a BRAND NAME OR EQUAL quote for the item(s) below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILRE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. The Government intends to award one firm fixed price contract with three Contract Line Item Numbers (CLIN 000X) for the High Speed Camera requirement identified below. See attached spreadsheet for complete requirement listing. CLIN 1 : IntegratedMegawattPower-O-PMC (Phantom 711 Camera, VR1-V711-1G-MAG-M or equal (1 each) CLIN 2 : High Speed Auxiliary Storage for CLIN 1 or equal (1 each) CLIN 3 : Wide Angle Telephoto Zoom Lens for CLIN 1 or equal (1 each) General Requirements common to CLIN 1: High speed monochrome camera Frame Rate: 256x256>75000 frames per second and 1280x800>7500 frames per second Must have wavelength sensitivity from 400nm to 100nm Either no-auto gain or auto-gain must be able to be turned off Detector Resolution: 1280x800 or better Pixel size 20 microns or smaller At least 12 bit digital resolution 1 microsecond or shorter exposure time Dark current noise <1% Able to operate without user added cyrogens 16 GB internal RAM Must be able to be triggered from software or hardware and either have on camera controls or a remote control. LabVIEW drivers must be available Data acquisition via NI-DAQ IRIG timing to 25 nanoseconds or better F or C lens mount If sensor is protected via transparent window, it must not cause interference fringes to appear on the image when subjected to coherent radiation Gigabit Ethernet communication port Must support RAW and jpeg file formats at a minimum Maximum dimension 12"x6"x6" General Requirements common to CLIN 2: 256GB storage for video files and docking station Phantom Cinemag II (VRI-CINEMAGII-246GB) Phantom Cinestation Dock (VRI-P65-Cinestation-B) or better General Requirements common to CLIN 3: Wide angle telephoto zoom lens at least 24 mm to 85mm focal length range for CLIN 1 VRI-L24-85N-F2-F or better Measure of Unit: EACH FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 30 Days ARO In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2. In accordance with FAR 13.106(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. Offers may be submitted via: mail to AFNWC/PZIA, ATTN: Amber Price, 8500 Gibson Blvd. SE, Bldg 20202, Kirtland AFB, NM 87117; fax to (505) 846-8925 ATTN: Amber Price; or email to amber.price@kirtland.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered, you may request an application at (866) 606-8220 or through the SAM website at http://www.sam.gov or by email askSAM@gsa.gov. Interested parties must be valid in their Representations and Certification on SAM. Registration is processed through SAM. All payments are to be paid via the Internet through the Wide Area WorkFlow(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. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) 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. [in paragraphs (b) and (c) the following clauses apply [ 52.204-10, 52.209-6,52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33 ] FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.232-39, Unenforceability of Unauthorized Obligations DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7036, Buy American - Free Trade Agreement - Balance of Payments Program DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea, Alt III FAR 52.212-2, Evaluation -- Commercial Items In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made based on lowest priced technically acceptable (LPTA). The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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/these address(es): http://farsite.hill.af.mil DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. RERESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILTIY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD APPROPRIATIONS (DEVIATION 2013-O0006) (a) In accordance with section 101(a)(3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) AFFARS 5352.201-9101, Ombudsmen (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf>competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsman: Ms Jeannine Kinder AFNWC/PZ E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7d4bd2cf3a71a471d1de3acbf1d61a8)
 
Place of Performance
Address: 8500 Gibson Blvd. SE, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03146758-W 20130815/130813235305-a7d4bd2cf3a71a471d1de3acbf1d61a8 (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.