Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1999 PSA#2431

Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001

58 -- PORTABLE/HANDHELD INFRARED THERMAL IMAGING CAMERA FOR WEAPON SIGHT SOL N00164-99-R-0168 DUE 092099 POC Mr. Greg Smith, Code 1165ZC, 812-854-3698, FAX 812-854-5066 E-MAIL: Click here to reach POC, smith_gm@crane.navy.mil. This is a combined synopsis / solicitation for a commercial item 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. The technical requirements are listed following announcement. This acquisition is being issued as a request for proposals and it is anticipated that award will be made as a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. Proposals shall be submitted for the following line items: CLIN 0001, portable/handheld infrared thermal imaging camera for weapon sight, manufactured in accordance with technical requirements of this document. 4 each CLIN 0002, a two-year extended warranty. Delivery of CLIN 0001 is required FOB Destination within 60 days from receipt of order. FOB Destinationis 300 Hwy 361, Crane, IN 47522-5011. 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 Certification -- Commercial Items. The offeror must also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS Number) and Tax Identification Number. The following clauses are applicable to this procurement: 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms & conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.203-6 Restrictions on subcontractor sales to the Government, Alt 1, 52.203-10 Price or Fee Adjustment for Illegal or improper activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-26 Equal Opportunity, 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, 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.233-7000 Certification of Claims and Requests for Adjustment or Relief, 52.203-03 Gratuities, 52.212-2 Evaluation -- Commercial Items. This action has a Defense Priority Allocation rating of DO. If a change occurs in this requirement, only those offerors who respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written or electronic proposals and the above required information must be received at this office on or before 20SEP99 at 2:00pm Eastern Standard Time. Written proposals may be sent to Contracting Officer, Bid Depository, Code 1165 Building 64, 300 Hwy 361, Crane, IN 47522-5011. Electronic submittals may be sent to smithgm@crane.navy.mil. Facsimile transmission may be sent to 812-854-5066. Although contract award is anticipated to be made on the basis of lowest quoted price meeting all the above terms and conditions, including meeting or exceeding all technical requirements, the Government may also evaluate offerors' performance on previous Government or commercial contracts for similar products, In the event substantive differences exist among offerors' past performances, the Government reserve the right to displace lower priced proposals in favor of an offer with substantially superior past performance. Standard Industrial Code is 3812 and the small business size standard is 750 employees. All responsible sources may submit an offer which will be considered. Technical requirements for FLIR weapon sight -- The FLIR system must satisfy the following requirements: 1. Provide the capability to be mounted to a variety of weapons, including the M16A1/A2, M4 carbine, M203 grenade launcher, M249 SAW, M240B machine gun, and M60 machine gun. 2. Provide a video output capability that is compatible with the RS-170 standard. 3. Provide an interface that will enable the system to be powered from an external DC power source. 4. Provide the capability to be powered by either BA-3058/U (AA) or BA-3090/U (9V) batteries or their commercial equivalent. 5. Provide a minimum resolvable temperature difference (MRTD) of 0.15 degrees centigrade. 6. System weight including battery will not exceed 1.6 kg. 7. System start up time from initial power turn-on to usable image shall be a maximum of 60 seconds at ambient temperature (23 degrees centigrade). 8. The system shall have both manual and automatic contrast (video gain) adjustment modes. 9. The system will allow the video display to switch from displaying the image as black-hot or white-hot. 10. The system shall incorporate pre-programmed electronically generated reticles for the following weapons: M16A1, M16A2, M4, M203, M249, M60. 11. The system shall incorporate a low battery indicator that is displayed to the user through the eyepiece. 12. The system shall be capable of operating without damage after being subjected to the following environmental conditions: high temperature of 71 degrees centigrade, low temperature of -46 degrees centigrade, 400 g peak shock along longitudinal axis (3 shocks each direction, half sine, 0.25 ms duration), 250 g peak shock along horizontal axis (3 shocks each direction, half sine, 0.25 ms duration), 550 g peak shock along vertical axis (3 shocks each direction, half sine, 0.25 ms duration), altitude of 15,000 feet, 23 hours cycling between 59% and 88% relative humidity at temperatures ranging between 31 to 41 degrees centigrade, electromagnetic fields of 50 volts/meter over the frequency range of 30 MHz to 10 GHz. Posted 09/10/99 (W-SN378822). (0253)

Loren Data Corp. http://www.ld.com (SYN# 0254 19990914\58-0007.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page