Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2014 FBO #4632
SOLICITATION NOTICE

67 -- Digital Streak Camera

Notice Date
7/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-14-T-0199
 
Response Due
8/28/2014
 
Archive Date
9/27/2014
 
Point of Contact
DeAnna Sivage, 575-678-4963
 
E-Mail Address
ACC-APG - Adelphi
(deanna.m.sivage.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-14-T-0199. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 01 July 2014. (iv) This acquisition is set-aside for Small Businesses. The associated NAICS code is 333316. The small business size standard is 1,000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity one (1) Digital Streak Camera and accessories CLIN 0002: Shipping and Handling (vi) Description of requirements: The contractor shall provide the below mentioned digital streak camera with the following salient characteristics: C.1 Scope The Contractor shall design, manufacture, and provide installation/training for one (1) rotating-mirror, high-definition, ultra-fast, digital streak camera system consisting of charge-coupled device (CCD), complimentary metal-oxide-semiconductor (CMOS), or digital pixel variant for spatiotemporal measurements and is controllable by a single computer and software suite to aid in the characterization of energetic formulations. C.2 Requirements The Contractor shall deliver one (1) Digital Streak Camera system and associated computer and software that meets the following minimum specifications: C.2.1 Digital Streak Camera system C.2.1.1 Spatial resolution (resolution along the slit axis) greater than or equal to 3200 pixels C.2.1.2 Physical pixel size smaller than 8.0 microns x 8.0 microns square C.2.1.3 Physical sensor size greater than 23 millimeter (mm) C.2.1.4 Temporal record length greater than 200 mm C.2.1.5 Temporal resolution less than or equal to 3.0 nanoseconds C.2.1.6 Adjustable slit width with a minimum temporal feature (slit width) less than or equal to 30 microns C.2.1.7 The slowest recording speed neccessary is 1.0 mm/microsecond ( s) C.2.1.8 The fastest recording speed neccessary is 12 mm/ s C.2.1.9 Imaging sensor shall have a minimum of 14-bit depth C.2.1.10 Capable of establishing/marking a temporal fiducial marker onto the digital record for digital analyses C.2.1.11 Compatible with f-mount type lenses and large-format field lenses C.2.1.12 Capable of real-time image focusing C.2.1.13 Capable of recording with a continuous digital streak having minimal distortion C.2.1.14 Electronic shuttering capabilities C.2.1.15 Underwriters Laboratories (UL) certified C.2.2 Digital Streak Camera controlling computer and software C.2.2.1 Windows 7 operating (professional, ultimate, or enterprise) system or better C.2.2.2 Minimum of 16 gigabytes (GB) random access memory (RAM) C.2.2.3 GeForce GTS 240 or better graphics card C.2.2.4 Gigabit ethernet data interface C.2.2.5 27 inch or larger viewing monitor C.2.2.6 No onboard or connected wireless (e.g. Wi-Fi, Bluetooth, etc) of any sort C.2.2.7 No onboard camera hardware/software C.2.2.8 Mouse and keyboard capable C.2.3 Installation and Training C.2.3.1 The Contractor shall provide a minimum two (2)-day onsite (Building 1185, Spesutie Island, APG, MD) training and installation within one (1) month of receipt of the equipment. C.2.4 Warranty C.2.4.1 The contractor shall provide a minimum 12-month warranty covering equipment defects in design and manufacturing under normal use and service. (vii) Delivery is required by eight (8) weeks after date of contract (ADC). Delivery shall be made to Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at Aberdeen Proving Ground, MD 21005-5001. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include two (2) relevant records of sales from the previous sixty (60) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995), 52.204-10 REPORTING EXECUTIVE COMPENSATIONAND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013), 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013), 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012), 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE OR SOLE AWARD (NOV 2011), 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (JUL 2013), 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011), 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013), 52.222-3 CONVICT LABOR (JUN 2003), 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999), 52.222-26 EQUAL OPPORTUNITY (MAR 2007), 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010), 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010), 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010), 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013), 52.203-3 GRATUITIES (APRIL 1984), 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011), 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011), 252.204-7011 ALTERNATE LINE ITEM STRUCTURE (SEP 2011), 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013), 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012), 252.225-7012,PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012), 252.232-7010 LEVIES ON CONTRACT PAYMENTS, 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012), 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (JUN 2013), 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4 P RINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013), 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012), 52.243-1 CHANGES - FIXED PRICE (AUG 1987), 52.246-2 INSPECTION OF SUPPLIES - FIXED PRICE (AUG 1996), 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984), 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), 252.204-0001 LINE ITEM SPECIFIC: SINGLE FUNDING (SEP 2009), 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011), APG-AD;-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002), APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999), APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999), APG-ADL-H.5152.205-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006), APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENTS - ALC (SEPT 1999) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS): Not Applicable. (xv) The following notes apply to this announcement: Application software for this requirement must also conform to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requirements as follows. Please also review attached Government Prodcut Accessibility Template (GPAT). Section 508 Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: Digital Camera. Application Software that is used for photo editing delivered with the Digital Camera is also subject to the requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d). Section 508 Deliverable Requirements Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Digital Camera deliverables meet at least those technical provisions identified as applicable in the attached Digital Camera Government Product/Service Accessibility Template (GPAT). Respondents must also describe how Application Software meets those technical provisions identified as applicable in the attached Application Software GPAT. Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed deliverables meet at least those functional performance criteria identified as applicable in the attached GPATs. Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for deliverables meet at least the information, documentation, and support requirements identified as applicable in the attached GPATs. Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. completed GPATs, VPATs or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria Digital Camera and Application Software delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Digital Camera and Application Software delivered must include completed GPATs, samples of which are included as a part of this solicitation. (xvi) Offers are due on 28 August 2014 by 10:00 AM ET, via email to deanna.m.sivage.civ@mail.mil. (xvii) For information regarding this solicitation, please contact DeAnna Sivage, (575) 678-4963, deanna.m.sivage.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b4d4864d7ea6e5e88bac29d40afbc24f)
 
Place of Performance
Address: U.S. Army Research Laboratory (ARL) Aberdeen Proving Ground APG MD
Zip Code: 21005-5001
 
Record
SN03441345-W 20140731/140729234940-b4d4864d7ea6e5e88bac29d40afbc24f (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.