SOLICITATION NOTICE
67 -- Data Recording System
- Notice Date
- 2/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-14-T-0006
- Response Due
- 2/27/2014
- Archive Date
- 4/19/2014
- Point of Contact
- Vickie Grant, 435 831-2108
- E-Mail Address
-
MICC - Dugway Proving Ground
(vickie.l.grant.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This is a notice of intent to negotiate on a sole source basis with Uniforce Sales and Engineering, 42501 Albrae Street, Suite 210, Fremont, California, 94538. Pursuant to 10 U.S.C. 2304(c)(1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirement. US Army Dugway Proving Ground, Directorate of Contracting intends the procurement of a Firm Fixed Price Supply Contract for the following: Data Recording System W911S6-14-T-0006 DVR units with the ability to record high-definition video with embedded IRIG-B time stamp in HD-SDI format. The DVR units, parts, and/or equipment must be compatible with the existing Instrumentation Technology Systems (ITS) high-definition time insertion units. The DVRs and cameras must be field-hardened for indoor and outdoor use. Units must have a portable modular design for easy removal of the hard drives for data transportation, dual channel HD-SDI input/output, solid state hard drives for fast data recording and data security. These systems are required by the Optics Branch to interface with existing recorders, encoders, and download modules to acquire, analyze, process and generate HD data products that support the West Desert Test Center (WDTC) test mission. These systems are required to be capable of quality video recording in hazardous dusty environments. The equipment specification includes the following CLINS: 0001 Master HD-SDI DVR Recorders with 960 GB Solid State Drives. Standalone Option, MFR PART# MDRS7-3SI-4960-S, 4 each 0002 Slave Recorders W/ 960 GB SSD's (Requires and External Computer and RS 232 Ports), MFR PART# MDRS7-3SI-4960, 4 each 0003 Download module with HBA, Cables, and Spare Shuttle, MFR PART# USE-COREDMKIT4, 3 each 0004 DVR Shuttle with/4 Each 960 GB SSD's, MFR PART# USE-CS-4960, 6 each 0005 Control cable for DVR and ORCA 101, MFR PART# USE-ORCA-101, 10 each 0006 USE-ISD-1921C-PS Bobcat HD-SDI Camera W/O Lens C-mount adapter for Lens 1080p 30 fps Color Camera, MFR PART# USE-ISD-1921C-PS, 4 each 0007 Solid State Hard Drives (960 GB), MFR PART# ISE-SSD-960, 14 each 0008 GPS/IRIG Time Generator, PS, Antenna and Power Supply and Cable Kit, MFR PART# USE-ORCA-101, 6 each 0009 Control cable for PTZ Camera, MFR PART# USE-CBL-PTZ-CON, 1 each 0010 Joystick Controller for PTZ Camera, MFR PART# MDRS7-3SI-4960-S, 1 each 0011 Fifty Feet Cable for HD-SDI PTZ Camera, MFR PART# USE-CBL-SDI-50, 1 each For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm and enter the Solicitation # W911S6-14-T-0006. This will show all CLINS, Clauses and Contract details. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1 Instructions to Offers - Commercial Items, applies to this solicitation. FAR 52.212-3 Alt. I; Offeror Representations and Certifications - Commercial Items, applies to this solicitation. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this solicitation. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, within clause FAR 52.212-5: 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, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases and FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. The following additional FAR clauses apply to this solicitation: FAR 52.204-7, System for Award Management; FAR 52.246-1, Contractor Inspection Requirements and FAR 247-34, F.O.B Destination. The clause at DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, within clause DFARS 252.212-7001: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.227-7015, Technical Data; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010. Levies on Contract Payments and DFARS 252.247-7023, Transportation of Supplies by Sea, Alt III. The following additional DFARS clauses apply to this solicitation: 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 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; DFARS 252.232-7006, Wide Area Workflow Payment Instructions, and DFARS 252.211-7003, Item Identification and Valuation. The following local clauses apply to this solicitation: Army Electronic Invoicing Instructions, Foreign Visitors / Employees, Location of Dugway Proving Ground, Normal Work Hours, Contractor Access to Dugway Proving Ground and OSHA Standards. Interested parties may identify their interest and capability to respond to this requirement. Supporting evidence must be furnished to demonstrate the ability to comply with the Government's requirements. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Submit written offers referencing RFQ W911S6-14-T-0006 no later than the close of this notice. This notice will close at 1:00 pm (prevailing local time at U.S. Army Dugway Proving Ground), Thursday, 27 February 2014. Oral communications are not acceptable in response to this notice. The point of contact concerning this requirement is Vickie L. Grant, Contract Specialist, Vickie.l.grant.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/25ee04327b0796b855866467e9866142)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03289892-W 20140220/140218233951-25ee04327b0796b855866467e9866142 (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 |