Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,2000 PSA#2597

Department 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