Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1997 PSA#1907

National Guard Bureau, Acquisition Contracting Division, NGB-AQC-D, 5109 Leesburg Pike, Suite 401-B, Falls Church, VA 22041-3201

58 -- HAND HELD THERMAL IMAGERS SOL DAHA90-97-R-0027 DUE 082397 POC Major Ancel B. Hodges, Contact Point, 703-681-0606, Major Kathryn M. Fulkerson, Contracting Officer, 703-681-0638 1. P!! 2. 0808!! 3. 97!! 4. GPO0371251!! 5. 22041-3201!! 6. 58!! 7. National Guard Bureau, 5109 Leesburg Pike Suite 401B, Falls Church, VA 22041-3201!! 8. 66 -- Thermal Imagers, Handheld!! 9. DAHA90-97-R-0027!! 10. 082397!! 11. Major Ancel B. Hodges, Contact Point, 703-681-0606, Major Kathryn M. Fulkerson, Contracting Officer, 703-681-0605!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. 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 shall not be issued. Solicitation DAHA90-97-R-0027 is issued as a request for proposal (RFP). The National Guard Bureau intends to procure twenty (20), with an option to purchase up to fifteen (15) additional commercially off the shelf, hand held thermal imaging devices. Devices are to used for counter drug support to law enforcement agencies. Require a light weight, rugged device which can be used for a wide range of thermography missions, to include night vision support in outdoor Listening Post/Observation Post missions, by fixed or mobile teams/individuals. Devices will also be used in indoor/outdoor surveillance in urban environments. The Government intends to make multiple Firm Fixed Price contract award(s) resultant from this solicitation to the offeror(s) whose offer conforming to the solicitation will provide the best value to the government All offeror(s) must agree to participate in a demonstration and assessment to be held the week of 25-29 August 1997, at the Defense Evaluation Support Activity, Kirtland AFB, New Mexico 87117-5809. The assessment will be conducted by a team from DESA. These systems must meet the following minimum requirements: (1) Handheld weight of no more than ten (10) pounds with lens installed but without batteries; (2) Attachable to a light weight camera style tripod;(3) Equipped with shoulder/neck strap or designed to accept attachment of such a strap; (4) Best commercial standard for resistance to water, dust, splash, vibration and shock; (5) Operable in ambient temperatures of 30-100 degrees Fahrenheit; (6) Operable with AC and DC house current via 115 volt AC adapter or 12 volt DC adapter; (7)Color of eye piece image: monochrome/grayscale; (8) minimum focal distance of no more than two meters; (9) type RS170 BNC video recording output; (10) Flat non reflecting color; (11) Minimum 1 year Warranty is required, to include parts and labor information; (12) Lens cleaning kit with appropriate supplies; (13) Operator's manual which must enable a minimally trained operator to assemble/configure device and place it in operation, perform pre-operational function check, perform operator level trouble shooting, disassemble device for storage and perform operator level maintenance. Desirable features; (1) Lockable hard shell carrying case; (2) Ergonomic operation, with easily accessed controls (brightness, contrast, focus, polarity, and zoom if so equipped); (3) Capacity to operate for at least two hours at a time on a ISA day with commercially available batteries (camcorder type weighing no more than three pounds); (4) MTBF greater than 3000 thousand hours; (5) Thermal sensitivity of 3-5 microns preferred; sensitivity of 8-12 microns is acceptable; (6) Capatability to recognize human forms to a range of at least 1000 meters; (7) Lens cover attached by hinge or lanyard; (8) A wide and narrow field of view, approximately 7 and 14 degrees, achievable with automatic switching or removable lenses; (9) Image standard of 525 raster lines; (10) Pressure sensitive eyepiece cover limiting amount of light emitted; (11) Noise level less than 10db, weighted to human hearing response, at a distance of ten feet. The government shall conduct a two step, hands on technical/operational system evaluation, this evaluation shall be performed by DESA whom has extensive experience with this technology. The government reserves the right to award contracts to other than the lowest priced offeror(s) if, in its judgement, the technical superiority outweighs the cost difference. The Government reserves the right to award contract(s) to other than the highest ranked technical proposal(s) if, in its judgement, the potential cost savings offset a minor difference in technical scores. A complete list of the evaluation factors shall be provided upon request. The National Guard Bureau will notify Contractor(s). Contractor(s) will provide the item of equipment (same production model as proposed), transport cases, user manuals, technical documentation and training literature. In addition, a manufacturer's representative is expected to demonstrate the features of the equipment as outlined in the evaluation criteria, and be available to answer questions during the operation of the equipment by the evaluators. F.O.B. Point Destination, within CONUS and OCONUS deliveries. Delivery required within 45 days after contract award,please provide a delivery schedule with your proposal, a list of delivery addresses will be provided upon request. Inspection and acceptance will be at destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular NR. 45, Jan 2, 1997. The following FAR clauses apply to this acquisition and can be found at (http://www.gsa.gov/far/): 52.212-1, Instructions to offer's-Commercial Items; 52.212-2, Evaluation of Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition: All offers must include (1) Unit extended price for all requested items, including peripherals and accessories (2) Prompt payment terms, (3) Past performance information, (4) Product literature; and (5) A completed copy of the provision at FAR 52.212-3, Offer Representations and Certification-Commercial Items with their quotation. The following provisions are here by incorporated by reference: IAW 15.407( c )(5), 52.215-9; Submission of Offers, 15.407(c )(6), 52.215-10; Late submissions, Modifications, and Withdrawals of Proposals, 15.407(d)(4), 52.215-16; Contract Award. Proprietary information provided must be marked in accordance with FAR 52.215-12. Pursuant to FAR 52.212-5, the following clauses are here by incorporated by reference: 52.222-26, equal opportunity, 52.222-35, Affirmative Action for Special Disabled and VietnamERA Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. These clauses can be found in full text at the above Internet address. Proposals in response to this synopsis/solicitation are due NLT 1600, on 23 August 1997. Responses to this announcement should be forwarded to the National Guard Bureau, AQC-CD, Contracts Management Officer, Attn: Major Ancel Hodges, 5109 Leesburg Pike, suite 401B, Falls Church, VA 22041-3201, Telephone: (703) 681-0606, FAX: (703) 681-0600, or e-mail: ahodges@ngb-emh2.army.mil. (0220)

Loren Data Corp. http://www.ld.com (SYN# 0299 19970812\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page