|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,2000 PSA#2624Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 66 -- FLIR THERMAL IMAGERS SOL N00178-00-R-1059
(SYNOPSIS/SOLICITATION) DUE 070700 POC SD11 Branch, (540) 653-7478 WEB:
NSWCDD Dahlgren Laboratory Procurement Division Homepage,
http://www.nswc.navy.mil/supply. E-MAIL: Questions concerning the
Synopsis/Solicitation N00178-00-R-1059, sd11@nswc.navy.mil. The
Government intends to purchase CLIN 0001: Two (2) each of Model IR-M700
Mitsubishi FLIR thermal imagers, Brand name or Equal, with the
following salient characteristics: (1) High resolution 800 horizontal
by 484 vertical pixels, at a minimum; (2) Platinum silicide
Schottky-Barrier Detector, 1.2 to 5.9 microns; (3) Two filter bands
minimum, 1.2 to 5.9 and 4.0 to 5.9 microns; (4) RS-170 (NTSC) video;
(5) Monochrome 256 levels of gray, minimum; (6) Operating ambient
temperature: Minus 10 to plus 50 C, minimum; (7) Weight portable;
(8)Size: approximately 5 x 10 x 5 inches for the camera head; (9)Remote
control for focus, gain, filter and pedestal; (10)Remote control via
RS-232 interface; (11) On-screen display to contain at least filter,
gain, pedestal level, polarity, zoom, date and time; (12) Remote wired
controller; (13)Lens mount must conform to Mitsubishi standard bayonet
adapter; (14) Include all cables and power supplies required to operate
from 115V AC, 60 Hz; (15) Power consumption less than 100 watts; (16)
Ruggedized shipping container; (17) Noise equivalent temperature less
than 0.08 C; (18)Internal closed cycle cooler. CLIN 0002: Two (2) each
Industry standard Operation/Maintenance manuals. CLIN 0003: Two (2)
each Standard Industry Commercial Warranties. CLIN 0004: One (1) each
of Applied Sciences 60/250mm IR lens, Brand Name or Equal, with the
following salient characteristics: (1) Compatible with IR-M700 and
IR-M500 cameras; (2) Focal length, remotely selectable 60/250mm; (3) F
Number, 1.3; (4) Spectral Band, at least, 3.5 to 5 microns; (5) Focal
range, at least 50 meters to infinity; (6) Time to change FOV, less
than 1 second; (7) Image format, 10.2 by 13.3mm; (8) Modulation
transfer function at lens center greater than 50 percent; (9)
Modulation transfer function at edge of field, 45 percent or better;
(10)Focus control motors controlled via IR-M700 control connection;
(11)Weight less than 20 lbs. CLIN 0005: One (1) each Applied Sciences
enclosure, for IR-M700 camera with 60/250mm lens, Brand Name or Equal,
with the following salient characteristics: (1) Weather protective
enclosure with ventilation; (2) Cable entrance for power and camera
controls; (3) Sun shade; (4) Mounting base which supports the camera
and lens together. Any contractor submitting a proposal for an equal to
the brand name identified above, must provide clear and convincing
information, including product literature, that the proposed product is
an equal. The Standard Industrial Classification code is 3823 with a
size standard of 500 employees. The contract shall be a firm fixed
priced contract. Delivery shall be made by 15 August 2000 to Naval
Surface Warfare Center, Dahlgren, Virginia. FOB Destination shall
apply. The following is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in FAR Part 12 and in
accordance with Simplified Acquisition Procedures, FAR 13.5-Test
Program for Certain Commercial Items, and supplemental information
included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. The solicitation number is N00178-00-R-1059 and is
a Request for Proposal. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-18. All interested parties shall indicate their interest
and capability with their fax quote at (540) 653-7088 which shall be
considered by Naval Surface Warfare Center, Dahlgren Division, 17320
Dahlgren Road, Dahlgren, VA 22448-5100. Interested parties must
identify their capability to provide the specific make and model
identified herein or an equal. PROVISIONS/CLAUSES: FAR 52.212-1,
Instructions to Offerors-Commercial Items applies to this solicitation
and is hereby incorporated by reference. FAR 52.212-2
Evaluation-Commercial Items (Jan 1999) applies (a) The government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate offers, in descending order
of importance: Technical capability of the item offered to meet the
Government's requirements, price, and past performance. Technical
capability and past performance, when combined are approximately three
times more important than the proposed price. (b) A written notice of
award or acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the
offer, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the
Government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt, unless a written notice of
withdrawal is received before award. Offerors shall include a completed
copy of the provisions at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items with its offer. The provision at FAR
52.212-4, Contract Terms and Conditions-Commercial Items, applies to
this acquisition. The provision at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, Subparagraphs (a), (b) 1, 5, 7, 11, 12, 13,
14, 15, 22, and 25. The provision at DFAR 252.212-7000, Offeror
representations and certifications-Commercial items applies with the
requirement that offeror's provide a completed copy with their offer.
The provisions at DFAR 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisition of Commercial Items is applicable with the
following provisions of subparagraph (b) thereof indicated as
applicable: 252.225-7007, 252.225-7012, 252.227-7015, 252.227-7037,
252.243-7002, and 252.247-7024. The following DFARS provisions are
applicable to this acquisition: DFAR 252.204-7004 Required Central
Contractor Registration, DFAR 252.225-7017 Prohibition on Award to
Companies Owned by the Peoples Republic of China, DFAR 252.225-7006 Buy
American Act-Trade Agreements- Balance of Payments Program Certificate.
The following full text clause applies: Year 2000 Warranty-Information
Technology (Feb 1999) and a copy will be provided upon request. This
procurement is DO C9e priority rated. Offer is due 7 July 2000 no later
than 2:00 p.m. (EST) to: Contracting Officer, Attn: SD113, Building
183, First Floor, Room 102, Naval Surface Warfare Center, Dahlgren
Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 with faxed
copies acceptable. Anticipated award by 14 July 2000. Posted 06/15/00
(W-SN465260). (0167) Loren Data Corp. http://www.ld.com (SYN# 0279 20000619\66-0004.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|