SOLICITATION NOTICE
67 -- SWAT Pole Camera Kit with Thermal Fusion Technology
- Notice Date
- 8/23/2017
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 5001 Lucky Star Road, Fort Rucker, AL 36362
- ZIP Code
- 36362
- Solicitation Number
- RuckerDPSJSM0004
- Response Due
- 8/30/2017
- Archive Date
- 2/26/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- 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. The solicitation number is RuckerDPSJSM0004 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 922120 with a small business size standard of 0.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-08-30 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Rucker, AL 36362 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: SWAT Pole Camera Kit with Thermal Fusion Technology; Includes telescoping HD pole camera, combines extreme low light sensitivity with thermal fusion technology. Camera dimensions 11 in x 1.6 in x 1.2 in; weight 11 oz. Pole Camera is powered by three CR123 batteries and delivers a runtime of 2.5 hours. Camera resolution 1280 X 720, Frame rate 30FPS, camera sensor type 1/3 in CMOS monochrome digital image sensor, transmission distance 650 ft, illumination 4 high intensity white (3000K) and IR (950nm) LEDs with 100% dimming capability. Thermal sensor type longwave infrared (LWIR) 8ym to 14ym. Attaches to a telescoping POLE Grip, 17ft extended length, Pole is high density graphite with locking extensions and collapse to under 4ft for easy deployment and stow away. Video is streamed wirelessly to the CORE monitor over a 128-bit AES encrypted channel with WPA2-PSK authentication. Optional hardwire cable connection. High-intensity visible and IR illumination is controlled and adjusted directly from the POLE Grip or remotely on the CORE Monitor. An omni-directional microphone gives the option to record audio and video onto a 32 GB micro SD card. Must be fully compatible with monitor and other accessories. Or equal, 1, EA; LI 002: Under door camera, wireless and digitally encrypted using CMOS sensor, dimensions for insertion panel 8 in long,.026 in thick, 15 oz weight, two cameras on insertion panel providing forward and upward views, hardwire cable connection for RF restricted use. 1 in eyepiece displays video without separate monitor. High intensity IR illumination active and dimmed on camera or remotely via monitor. Camera resolution 1280 X 480, camera sensor type 1/3 in CMOS color digital image sensor, transmission distance 650 ft, illumination 4 high intensity IR (950nm) LEDs with 100% dimming capability. Video is streamed wirelessly to the CORE monitor over a 128-bit AES encrypted channel with WPA2-PSK authentication. Powered by three CR123 batteries and delivers a runtime of 2.5 hours. Must be fully compatible with monitor and other accessories. Or equal, 1, EA; LI 003: Flex camera, 18 in flex and stay camera neck, dimensions 21.4 in in length and 0.97 in OD camera head. combines extreme low light sensitivity with thermal fusion technology, Video is streamed wirelessly to the CORE monitor over a 128-bit AES encrypted channel with WPA2-PSK authentication. High-intensity visible and IR illumination is controlled and adjusted directly from the flex camera or remotely on the CORE Monitor. Camera resolution 1280 X 720, Frame rate 30FPS, camera sensor type 1/3 in CMOS monochrome digital image sensor, transmission distance 650 ft, illumination 2 each IR (950nm) LEDs with 100% dimming capability. Thermal sensor type longwave infrared (LWIR) 8ym to 14ym. Camera is powered by three CR123 batteries and delivers a runtime of 2.5 hours. Must be fully compatible with monitor and other accessories. Or equal, 1, EA; LI 004: Camera grip, Grip accepts all CORE Cameras: Under Door Camera, Flex Camera, Pole Camera. Dimensions 8.4 in X 3.3 in X 1.8 in. Lightweight, handheld unit. LCD screen provides pertinent information on the camera including: LED illumination, battery status, camera view, camera name, recording status, date/time, Wi-Fi pairing information. Color eyepiece with 1.0 in AMOLED Display, Eyepiece resolution 800 X 600 px, 128-bit AES encrypted channel with WPA2-PSK authentication, powered by three CR123 batteries and delivers a runtime of 2.5 hours, Hardwire video option, MicroSD video recording, Must be fully compatible with monitor and other accessories. Or equal, 1, EA; LI 005: Remote monitor; presents high-definition video from all cameras over an AES encrypted 5 GHz wireless channel. Display screen is 5.0 inches and made of 1mm Gorilla Glass to provide extra durability and sunlight readable capability. When viewing video from a Camera with thermal fusion technology, the Monitor allows remote selection of the current view or thermal view with a single button press. The camera ™s illumination can be enabled, disabled, or dimmed via the monitor ™s rotary wheel. The Monitor features both backlit push buttons for critical, real-time controls, and a capacitive touch screen for pairing multiple cameras. Hardwire cable connection is available for RF-restricted environments. Monitor has Velcro strap for arm use or use as a handheld monitor. Dimensions 5.5 in X 3.8 in X 1.8 in., powered by three CR123 batteries and delivers a runtime of 2.5 hours, viewing angle 80 degree in all directions, resolution 1280 x 720px, transmission distance 650 ft, accepts video streamed wirelessly to monitor over a 128-bit AES encrypted channel with WPA2-PSK authentication. Must be fully compatible with monitor and other accessories. Or equal, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3f43b9f0475b3f2af07b0c42e2981ab6)
- Place of Performance
- Address: Fort Rucker, AL 36362
- Zip Code: 36362
- Zip Code: 36362
- Record
- SN04642547-W 20170825/170823232807-3f43b9f0475b3f2af07b0c42e2981ab6 (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 |