|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1997 PSA#1887Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 58 -- COMMUNICATION, DETECTION AND COHERENT RADIATION EQUIPMENT SOL
N00164-97-Q-0338 DUE 072897 POC Diane Pearson, Code 1163W7, telephone
812-854-5201, fax 812-854-3465, Kelly Siffin, Contracting Officer
E-MAIL: click here for questions, pearson_d@crane.navy.mil. 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 procurement is
reserved for small business. FAR 52.219-7, Alt. 1 applies. This
announcement constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued. Solicitation
Number N00164-97-Q-0338 is issued as a Request for Quotation.
Solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-45 and Defense
Acquisition Circular 91-11. The Standard Industrial Classification Code
for this procurement is 3663. The size standard is 500 employees. This
action is for the procurement of a Turn Key EMI Shielded CCTV System,
EMC Automation components, "Brand Name or Equal." This Turn Key
ElectroMagnetic Interference (EMI) shielded CCTV system will be used to
monitor activity within an RF shielded and ground isolated chamber. The
system will be comprised of the following: (Descriptions for each
required item will follow.) Two identical VCS-03 Cameras with tripods;
One VCC-01 camera controller; Two Panasonic, or equal, WV-CM1450 Video
monitors; All fiber cables, all other cables, chamber penetrations,
hardware, etc., to provide a complete, fully functional turn key
system; Complete system installation and checkout on-site. Descriptions
for each item above are: Each camera shall meet the following
specifications: NTSC video output synchronization and automatic gain
control; Automatic color balance; Active picture element size of 768
(H) X 494 (V) minimum at a minimum illumination of 9 lux.; Resolution
of 460 (H) X 350 (V) TV lines minimum; Operation from 110VAC 60Hz. The
power cord shall be at least 15 feet in length; Video output and
control via an optically isolated communications interface i.e. Fiber
optics cable(s) provides all required connections between the camera
and the monitor and camera controller. The distance between the camera
and the controller shall be no less than 105 feet. A spare set of
fiber optic cables shall be provided with each camera; Proper operation
within a temperature range of 60 to 90 F and RH up to 80%
non-condensing; Motorized pan, tilt, focus, and zoom capability shall
be provided with these functions remotely controlled from the camera
controller via the fiber interface. The angular field of view shall
encompass the range of 45 X 35 to 5 X 4 over the focal length range of
the system. Minimum object distance from front of camera shall be no
greater than 1.2 meters. The panning angle shall be no less than +/-
140 and the tilt angle no less than +/- 30 about a horizontal
reference. It shall be possible to manually tilt the entire camera such
that the motorized tilt angle range of adjustment is no less than 0 to
-60 relative to a horizontal reference; Mounted on a tripod support
which is capable of placing the cameras horizontal line of sight at any
height between 10 feet and 5 feet relative to the floor. The maximum
distance between the tripod feet shall be 32 inches. The tripod shall
be made of non-conducting materials and may use replaceable center post
to vary its height; EMI shielded from DC to at least 18 GHz for a field
strength of 200 volts/meter minimum; The camera controller shall
satisfy the following requirements: Shall control pan, tilt, zoom, and
focus of the selected camera from the front panel of the controller;
Shall be capable of controlling up to four independent cameras one at
a time; Shall be capable of being rack mounted and of free standing
operation; Shall operate from 110 VAC 60 Hz power; Each monitor shall
satisfy the following requirements: Shall operate from 110 VAC 60 Hz
power; Shall be capable of being rack mounted and of free standing
operation, fitting within a 17 inch cube; Shall have an actual viewing
area diagonal size of 14 inches minimum; Shall have composite video
input and feedthrough outputs with NTSC video synchronization; Shall
have an input (RCA connector) and internal speaker; Shall have a video
resolution of 500 lines minimum at center. All components listed above
shall be integrated into a complete closed circuit color television
system. Upon installation, a functional check of all components shall
be satisfactorily completed. The contractor shall install all required
chamber penetrations and the fiber optic cables as a part of the
installation. The system shall be installed at NAVSURFWARCENDIV, Crane,
IN, Bldg. 3168, Nearfield Chamber #1 and its associated control room.
This will be a firm fixed price contract and will be awarded utilizing
Simplified Acquisition Procedures. The shipping terms will be F.O.B.
destination, Naval Surface Warfare Center, Crane IN, with
inspection/acceptance at destination. Delivery and installation of the
components is 8 September 1997. FAR Clauses/Provisions 52.203-3
Gratuities, 52.212-1 Instructions to Offerors -- Commercial Items,
52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5
Contract Terms and Conditions Required to Implement Statues or
Executive Orders -- Commercial Items (incorporating FAR 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans,
52.222-36 Affirmative Action for Handicapped Workers, 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era, 52.225-3, 52.25-18 European Community Sanctions for end
Products, 52.225-19 European Community Sanctions for Services,
52.225-21, 52.219-14 Limitation on Subcontracting, and 252.227-7015
Technical Data -- Commercial Items apply to this acquisition. Offerors
responding to this announcement must provide the information contained
in 52.212-1, Instruction to Offerors -- Commercial items and must
include a completed copy of provision 52.212-3, Offeror Representations
and Certifications -- Commercial items. The offeror should also provide
its Commercial and Government Entity (CAGE) code, Contractor
Establishment code (DUNS Number) and Tax Identification Number. If a
change occurs in this requirement, only those offerors that respond to
this announcement within the required time frame will be provided any
changes/ amendments and considered for future discussions and/or
award. The Government intends to award to the responsible contractor
whose quotation is the most advantageous to the Government considering
price and price-related factors. This solicitation will be evaluated
on the following factors: Technical (stoppping power), past
performance, and price. Technical and past performance are equal, and
when taken together are significantly more important than price. The
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will
be most advantageous to the Government, price and other factors
considered. The following facts shall be used to evaluate offers: The
Contractor shall provide past performance for same/similar products,
technical interface/installation in accordance with the specifications,
with other Government Agencies, public or local Government for the past
three years. The Contractor shall extend to the Government the full
coverage of any standard commercial warranty normally offered in a
similar commercial sale, provided such warranty is available at no
additional cost to the Government. The written quotes and the above
required information must be received at this office on or before 28
July 1997 at 3:00 PM Central Time. Proposals may be sent to:
Contracting Officer, Bldg. 64 (ATTN: Diane L. Pearson, Code 1163W7)
NAVSURFWARCENDIV, 300 Hwy 361, Crane, IN 47522-5011. Facsimile quotes
are acceptable (812-854-3465). All responsible sources may submit an
offer which will be considered by the agency. Numbered Note 2 applies.
E-mail address is pearson_d@crane.navy.mil. (0192) Loren Data Corp. http://www.ld.com (SYN# 0324 19970715\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|