SOLICITATION NOTICE
67 -- OLYMPUS IPLEX ULTRA LIGHT
- Notice Date
- 5/16/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- PR-0006583A
- Archive Date
- 6/6/2014
- Point of Contact
- Jerry Varnell, Phone: (703) 632-7500
- E-Mail Address
-
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The Request for Quote number is PR-0006583A. The NAICS Code for this requirement is 423490 - Other Professional Equipment and supplies Merchant Wholesalers; the size standard is 500 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-73. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. This RFQ is for Brand Name or Equal in accordance with FAR Provision 52.211-6 (Aug 1999). Substitute brands may be provided if they perform the same function. If an equal item is proposed specs must be included with the quote to show that it is an equal item. Quotation shall provide a point-by-point comparison to each item listed in the technical requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. All bidders that fail to comply with these instructions will be considered not responsive and not considered for award. The FBI has a requirement for Video-scope Camera Systems. The technology from these systems brings out details in shadowed and highlighted areas to produce bright, contrast-balanced images across the entire depth of field. Due to the nature of the work that the FBI is involved in, the imagery obtained from the Video-scope Camera Systems may be the only evidence that can be obtained, therefore it is imperative to utilize the high resolution that the Video-scope Camera Systems provide. The FBI has camera platforms that range in access from two inches to infinity, but does not have a system to access less than one inch to meet the requirements in order to accomplish the mission of the FBI. The FBI requires the following items, Brand Name or Equal, to the following: Line 0001, UltraLite Industrial Videoscope System (NTSC), P/N #IV8635U-B, Olympus NDT, 1, EA; Line 0002, Pelican Carrying Case for IPLEX, P/N #MAJ-2019, Olympus NDT, 1, EA; Line 0003, IPLEX FX/LX/LT HI-L Tip Adapter, P/N #AT120D/FF-IV, Olympus NDT, 1, EA; Line 0004, IPLEX FX/LX/LT HI-L Tip Adapter, P/N #AT120D/NF-IV, Olympus NDT, 1, EA; Line 0005, IPLEX FX/LX/LT HI-L Tip Adapter, P/N #AT120S/FF-IV, Olympus NDT, 1, EA; Line 0006, 2 Year Ext. Warranty-IPLEX Ultralite-3.5m, P/N #IV8X35U-EW2, Olympus NDT, 1, EA; Line 0007, 24 Ft Dekron GT for 6.0/6.2mm scopes, P/N #K10004591, Olympus NDT, 2, EA; Line 0008, 6MM Rigid Sleeve Set w/extended Grip, P/N #N1263500A, Olympus NDT, 1, EA; Line 0009, IPLEX RT Industrial Videoscope System w/Batteries and Charger Model: IV9675RT, Olympus NDT, 1, EA; Line 0010, IPLEX RT/RX Optical Tip Adapter, P/N #AT120D/NF-IV96, Olympus NDT, 1, EA; Line 0011, IPLEX RT/RX Optical Tip Adapter, P/N #AT120D/FF-IV96, Olympus NDT, 1, EA; Line 0012, IPLEX RT/RX Optical Tip Adapter, P/N #AT120S/FF-IV96, Olympus NDT, 1, EA; Line 0013, ERT Set for 7.5m Scopes, P/N #ERT-768-SET, Olympus NDT, 1, EA. Technical Requirements/Specifications: Camera System #1 must meet the following specifications: 1. System a. System control module will be capable of operating by a single hand b. System weight: with battery 0-3.0 pounds; with AC cord 0-4.0 pounds (variance of plus or minus 0.5 pounds is acceptable) c. System dimensions will not exceed: Width: 4.7 inches; Depth: 7.5 inches; Height: 7.5 inches d. Articulation will be a joy stick type and have the ability to operate with a minimum of one finger e. System will have an internal temperature sensor with an air range of 14 to 104 degrees Fahrenheit f. System will have a minimum relative humidity operation of 90 percent 2. Monitor a. Monitor will be Liquid Crystal Display (LCD) b. Monitor will be compliant with International Electrotechnical Commission (IEC-61010) impact resistance c. Monitor size will be no less than 3.7 inches 3. Probe a. Probe external materials will be tungsten braid b. Probe length will be no less than 3.5 meters c. Probe diameter not to exceed 6.0 millimeter d. Probe Articulation will be no less than 120 degree angle up/down and right/left e. Probe will have a minimum operating temperature range in air of -13 to 212 degrees Fahrenheit; in water of -13 to 176 degrees Fahrenheit 4. Power Supply a. Power input: AC 100V to 240V and 50/60 Hz b. Power input: DC 7.2V battery duration will be identified as operating at a minimum of approximately 90 minutes c. System will include AC power adapter d. System will include 2 batteries 5. Recording/Memory a. System will have a minimum of one (1) USB connector 2.0 standard b. System will include one (1) 4 GB SD Memory Card c. System will include a minimum of 1 USB Connector cable 6. Tips a. Tips will be of the double threaded type and have o-ring or industry comparable seals b. Lighting will be operator adjustable variable low to high Intensity Light Emitting Diode (LED) c. LED lighting will be incorporated into the tip d. Tips will have a minimum 4 times digital zoom e. Minimum quantity of 1 forward view tip, 120 degree field of view with minimum depth of view 25 millimeters to infinity f. Minimum quantity of 1 forward view tip, 120 degree field of view with minimum depth of view 4 to 190 millimeters g. Minimum quantity of 1 side view tip, 120 degree field of view with minimum depth of view 5 millimeters to infinity h. System will include a minimum of 1 Tip storage case i. System will include one (1) tip cleaning kit 7. Warranty a. System will include 1 year limited warranty b. System will include 2 year extended warranty 8. Additional equipment and/or options: a. System will include custom carrying case. All components will have form fitted foam protection spaces b. System will include detachable carrying strap c. System will include a minimum of 24 feet of 6 millimeter Dekron tubing d. System will include a rigid sleeve introducer set to include: i. One (1) 6 millimeter by 340 millimeter length ii. One (1) 6 millimeter by 450 millimeter length iii. One (1) 6 millimeter by 250 millimeter length iv. One (1) 6 millimeter by greater than 450 millimeter length Camera System #2 must meet the following specifications: 1. Control Module a. System will have control module that can be operated remotely of monitor. (May or may not be tethered) b. Control module will be capable of operating by a single hand c. Control module dimensions will not exceed: Width: 14.5 inches; Depth: 3.8 inches; Height: 7.7 inches d. Articulation will be a joy stick type and have the ability to operate with a minimum of one finger e. System will have a minimum relative humidity operation of 90 percent 2. Monitor a. Monitor will be Liquid Crystal Display (LCD) b. Monitor will be minimally reflective c. Monitor screen size will be no less than 6.5 inches and no greater than 8 inches d. Monitor dimensions will not exceed: Width: 9 inches; Depth: 2.5 inches; Height: 7.5 inches 3. Probe a. Probe external materials will be tungsten braid b. Probe length will be 7.5 meters c. Probe diameter not to exceed 6.0 millimeter d. Probe Articulation will be no less than 120 degree angle up/down and right/left 4. Power Supply a. Power input: AC 100V to 240V and 50/60 Hz b. Power input : DC 10.8V Battery duration will be identified as operating at a minimum of approximately 120 minutes c. System will include AC power adapter d. System will include 2 batteries 5. Recording/Memory a. System will have a minimum of one (1) USB connector 2.0 standard 6. Tips a. Tips will be of the double threaded type and have o-ring or industry comparable seals b. Lighting will be operator adjustable variable low to high Intensity Light Emitting Diode (LED) c. LED lighting will be incorporated into the tip d. Tips will have a minimum 4 times digital zoom e. Minimum quantity of 1 forward view tip, 120 degree field of view with minimum depth of view 2 to 200 millimeters f. Minimum quantity of 1 forward view tip, 120 degree field of view with minimum depth of view 19 millimeters to infinity g. Minimum quantity of 1 side view tip, 120 degree field of view with minimum depth of view 3 millimeters to infinity h. System will include a minimum of one (1) Tip storage case i. System will include one (1) tip cleaning kit 7. MIL/STD Compliance a. System at a minimum will comply with MIL-STD-810F/G standards i. Vibration MIL-STD-810F Method 514.5, Procedure I ii. Shock MIL-STD-810G Method 516.5, Procedure IV iii. Water Resistance MIL-STD-810F Method 506.4, Procedure I iv. Humidity MIL-STD-810F Method 507.4 v. Salt Fog MIL-STD-810F Method 509.4 vi. Sand and Dust MIL-STD-810G Method 510.4, Procedure I vii. Ice/freezing rain MIL-STD-810f Method 521.2 viii. Explosive atmosphere MIL-STD-810F Method 511.4, Procedure I 8. Additional equipment and/or options a. System will include custom carrying case. All components will have form fitted foam protection spaces b. System will include detachable carrying strap c. To include a minimum of 24 feet of 6 millimeter Dekron tubing d. One set of attachable foreign object retrieval tools, not less than 7.5 meters in length and compatible with system in this solicitation FOB Destination: Operational Response Center, 1000 Falls Run Drive, Fredericksburg, VA 22406. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than Thursday, May 22, 2014, 08:00 am Eastern Standard Time (EST). Quotes shall be clearly marked PR-0006583A. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. All questions should be submitted no later than Wednesday, May 21, 2014, 11:00 am EST to jerry.varnell@ic.fbi.gov. All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR-0006583A/listing.html)
- Place of Performance
- Address: 1000 Falls Run Drive, Fredericksburg, Virginia, 22406, United States
- Zip Code: 22406
- Zip Code: 22406
- Record
- SN03368837-W 20140518/140516234552-b9329ba5b104d8960fb9fa08ce5e3935 (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 |