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