|
COMMERCE BUSINESS DAILY ISSUE OF MAY 10,2000 PSA#2597Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas
Street, Suite 401, Langley AFB, VA, 23665-2791 67 -- THERMAL IMAGING CAMERA FOR USE BY FIREFIGHTERS TO DETECT THERMAL
IMAGES DURING FIREFIGHTING. SOL F44650-00-T0140 DUE 052300 POC Nora
Ball, Contract Manager, Phone (757) 764-4187, Fax (757) 764-9773, Email
nora.ball@langley.af.mil -- Tina Pettyjohn, Contract Manager, Phone
(757)764-4187, Fax (757)764-9773, Email tina.pettyjohn@langley.af.mil
WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F44650-00-T01
40&LocID=206. E-MAIL: Nora Ball, nora.ball@langley.af.mil. Thermal
imaging camera, with built-in transmitter and video kit assembly,
handheld, glass or mineral-filled nylon housing, 10 12 in. long x 6 14
in. wide x 6 in. high; 7 in., removable handle set at 20 degree angle;
rubber bumper at bottom; camera has Raytheon BST core with 56 degree
horizontal/18mm germanium lens (chemical, water, heat resistant); 240
X 320 pixels, able to recognize temperatures to as little as 1/10th of
a degree (operates in temperature ranges of _40 degrees to +70 degrees
celcius); IP67 protected to depth of one (1) meter at room temperature;
core temperature sensor that alerts the user by LED readout; (shall not
use videcon tube or microbolometer system); reflective labels; Kevlar
hand/neck straps; over-sized hardware for easy handling; scissors
shaped hardware attaches to front; over-sized trigger snaps; lens depth
3 feet to infinity adjustable, manual f-stop 500-600 feet; two (2)
liquid crystal display (LCD) modes, (1) on/off/stand-by; with 4-hour
stand-by battery (6-hour nickel metal hydride); multi-channel video
hook-up; 12-volt adapter battery charger; 30 seconds imager display
capable; silicon rubber glare guard; must meet: Vibration: Per MIL STD
(Military Standard) 810D Bump Test: 1,500 bumps @ 10G; Shock Test: 30
Shocks @ 30G (G=Gravity); Scott Aviation _Eagle Imager_ P/N 40014830,
40014850, and 40014832, or equal. SIC 3861. ). Terms and
Conditions_Commercial Items; 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders_Commercial Items,
with paragraph (b), clauses (11),(12),(13),(14), and (15) checked:
52.219-6, Notice of Total Small Business Set-Aside; 52.252-1,
Solicitation Provisions Incorporated by Reference, and 52.252-2,
Clauses Incorporated by Reference. The following DFARS provisions and
clauses apply to this procurement: 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, with paragraph
(b) clause 252.225-7001 checked; 252-204-7004, Required Central
Contractor Registration;252.225-7000, Buy American Act_Balance of
Payments Program Certificate; and 252.232-7009, Payment by Electronic
Funds Transfer (CCR). Include completed copies of the provisions at FAR
52.212-3, Offeror Representations and Certifications_Commercial Items;
and DFARS 252.225-7000, Buy American Act-Balance of Payments Program
Certificate, with your quote. Upon request, the Contracting Officer
will make the full text of all the above mentioned clauses available.
Also, the full text of a clause may be accessed electronically at these
Internet addresses: FAR Provisions:
http://farsite.hill.af.mil/reghtml/far/52_toc.htm DFARS Clauses 252.201
to 252.214: http://farsite.hill.af.mil/reghtml/dfars/dfars252_000.htm
DFARS Clauses 252.215 to 252.219:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_215.htm DFARS Clauses
252.220 to 252.226:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_220.htm DFARS Clauses
252.227 to 252.231:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_227.htm DFARS Clauses
252.232 to 252.236:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_232.htm DFARS Clauses
252.237 to 252.245:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_237.htm DFARS Clauses
252.246 to 252.251:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_246.htm Products
offered in response to this solicitation must be existing, commercially
available. All items will be awarded to one contractor. Interested
parties may respond no later 4:00 p.m. DAYLIGHT SAVING TIME 23 May
2000. Responses must include written documentation providing conclusive
evidence that the offeror is able to provide the described supplies and
services. Responses shall be submitted in sufficient detail to enable
accomplishment of a thorough technical evaluation. Quotes will be
evaluated in accordance with the following criteria: price, conformance
to line item descriptions, quantity and delivery schedule. Award will
be made to the responsible, responsive contractor whose quote
demonstrates compliance with the requirements of this solicitation and
all referenced clauses and is evaluated as providing the best value to
the government on the basis of the information submitted. Offerors
shall include both unit price and total price for each line item with
their quotes and identify payment terms and any discounts offered.
Total price shall include delivery All responses will be evaluated by
the Contracting Officer on the basis of the information submitted.
Responses will be accepted at the address identified herein and by
facsimile machine at (757) 764-9773 (Attn: Eddie Nelson). All
responsible sources may submit a response that shall be considered by
the agency. Email: eddie.nelson@lanley.af.mil. Posted 05/08/00
(D-SN452530). (0129) Loren Data Corp. http://www.ld.com (SYN# 0238 20000510\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|