Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,2000 PSA#2624

Dahlgren 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