SOLICITATION NOTICE
70 -- SIERRA OLYMPIC IR CAMERA KIT - SAP FORM
- Notice Date
- 10/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002832806601
- Archive Date
- 11/20/2013
- Point of Contact
- Shevonn Moore, Phone: 951-413-2634
- E-Mail Address
-
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SAP FORM COMBINED SYNOPSIS/SOLICITATION SIERRA OLYMPIC IR CAMERA KIT 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. a. Solicitation Number HQ002832806601 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-70, effective 03 September 2013 and DFARS Change Notice 20130930. c. This procurement is a brand name requirement, associated with NAICS Code 333316, and small business employees of 1000. d. Description: Note: THESE ITEMS ARE BRAND NAME, SEE THE ATTACHED JUSTIFICATION AND APPROVAL. FILL IN ALL UNIT PRICE AND TOTALS. FOR CONSIDERATION MAKE SURE FREIGHT IS ABSORBED IN UNIT PRICE CLIN 0001: 3EA, IR CAMERA KIT MFR: SIERRA OLYMPIC TECHNOLOGIES; U640HSX-1.7RT/RS170 HOUSED CAMERA(8000-0541); INCLUDED OPTION: SOLO 50 LENS ASSEMBLY FOR HOUSED KT/H CAMERAS, 50 MM, F/1.4 SWIR OPTIMIZED LENS ASSEMBLY (THREADED FOCUS AND FIXED APERTURE) AND KT/H LENS ADAPTER(8000-0372); 640X512 PIXEL INGAAS FOCAL PLANE ARRAY (25 UM PIXEL PITCH), RUGGEDIZED H-CAMERA PLATFORM W/RS170 ANALOG OUTPUT, 0.9 1.7 UM RESPONSE, -40 DEG C TO +70 DEG C OPERATING CAPABILITY, 12-BIT CAMERA LINK DIGITAL OUTPUT, EXTERNAL TRIGGER, 24 PRESET GAIN/EXPOSURE SETTINGS W/ABILITY TO TOGGLE ON/OFF FACTORY STORED CORRECTIONS, DAYLIGHT-LOWLIGHT CONFIGURATION, AGC, AND DR1 ENHANCEMENTS, INCLUDES POWER SUPPLY, 2-SMA TO BNC CABLES, MANUAL CAMERA CONFIGURATION FILES FOR NI CAMERA LINK FRAME GRABBER, SUI IMAGE ANALYSIS FREEWARE PACKAGED IN A WATERTIGHT CARRY CASE; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. 3EA @ _____________ $________________ FOR CONSIDERATION MAKE SURE FREIGHT IS ABSORBED IN UNIT PRICE e. Delivery and acceptance will be made at location: LRS LGRDDC 2010 NEW MEXICO AVE VANDENBERG AFB CA 93437 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (JUL 2013) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG 2013). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (SEP 2013) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (SEP 2013) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JUL 2013) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (MAY 2013) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (MAY 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 05 NOVEMBER 2013 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ Shevonn.Moore@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f7a93f6bcc7c7e6b9224254c5a39226d)
- Place of Performance
- Address: LRS LGRDDC, 2010 NEW MEXICO AVE, VANDENBERG AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN03220426-W 20131024/131022234247-f7a93f6bcc7c7e6b9224254c5a39226d (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 |