Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2002 FBO #0067
SOLICITATION NOTICE

67 -- two each infrared camera system for PWC San Diego. equal to Mikron mdl #7515. see attached specifications

Notice Date
2/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
937 North Harbor Drive, San Diego CA 92132-0212
 
ZIP Code
92132-0212
 
Solicitation Number
N00244-02-T-0386
 
Response Due
2/20/2002
 
Archive Date
3/22/2002
 
Point of Contact
Contracting Officer@619-532-2588
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-0386 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices effective through 12/06/01. The standard industrial code is 5043, and the business size standard is 100 employees. This requirement is for a fixed priced contract for two each infrared camera systems, equal to the Mikron mdl #7515. Quotes will be accepted on a "Brand Name or Equal" basis. The following specifications are required by the customer: SPECIFICATIONS FOR INFRARED CAMERA SYSTEM 1) Imager must use a radiometric Focal Plane Array (FPA) uncooled microbolometer, calibrated for radiometric accuracy and output over the entire detector surface, not just center-point readout. 2) Detector array must contain a minimum of 320 x 240 elements. 3) Detector must o perate in the long wave spectrum, 8 to 14 microns (um). 4) Imager must scan at a standard video rate of 30 Hz or 60 Hz, operator selectable. 5) Infrared digital image data must be a minimum of 14 bits. 6) Detector non-uniformity correction (NUC) must be activated upon command and automatically at user selectable intervals. 7) Imager must measure from -40degrees C to at least +500 degrees C, (-40 degrees F to at least +932 degrees F) in two discrete temperature range steps. Optional high temperature range from +200 to +2000 degrees C must be available. 8) Detector accuracy must be guaranteed to +/- 2% of selected imaging range during a warranty period of one-year minimum. An optional NIST - traceable black body must be available for purchase to periodically validate imager calibration onsite. 9) Thermal sensitivity must be at least .08 degrees C at 30 degrees C. 10) I mager radiometric measurements must be guaranteed accurate over the entire, calibrated, operating range of the instrument not just a single narrow temperature band. 11) Imager must have 2:1 and 4:1 digital zoom with spatial filtering. 12) Imager must have a one-button automatic focus; level and temperature span function. 13) Imager must have two automatic gain control modes (spot and overall) to automatically adjust for thermal scene variations. 14) Imager must have user-selectable high or low temperature alarms. 15) Imager must have a Delta-Mode for measuring temperature difference between two points. 16) Imager must provide multiple color and gray scale palettes. 17) Imager must provide single-spot temperature measurement with emissivity setting. 18) Imager must be capable of storage and playback of fully radiometric (all embedded thermal data) images to a standard Co mpactFlash PC-card, ATA compatible. CompactFlash storage cards must be available as off-the-shelf items at retail stores or the imager manufacturer. 19) Imager must be capable of storing standard bit-mapped images that can be loaded directly into Windows programs like Word or e-mailed and opened without the need for additional software. 20) Live and stored images must be displayed on an integral viewfinder and optional, external LCD displays simultaneously. 21) A lightweight, field replaceable battery for remote imaging and an AC power supply must power imager. Battery must be available as on off-the-shelf item at retail stores or the imager manufacturer. An AC adapter must be furnished with the unit. 22) Battery charger must be capable of charging at least two batteries simultaneously. 23) Imager must operate over an ambient range from -15 degrees C to +50 degrees C (5 degrees F to 122 degrees F). 24) Imager weight without battery must not exceed 3.5 lbs. 25) Imager housing must be rugged with a solid metal casing in accordance with IEC 529. 26) Imager housing must be environmentally sealed and suitable for harsh environments with an IP54 enclosure rating. 27) Imager must have one RS-232C port for remote control by external control with LCD display. 28) Imager must have optional optical lenses available including zoom, wide angle and extreme close focus. Optional lenses will attach by a simple threaded screw mount. Imager will provide a specific calibration look-up table for the specific lens being used. 29) Imager must include a non-licensed, Windows based image downloading and viewing / management software program with point temperature display, palette variation and manual / automatic temperature range adjustment functions. 30) I mager must include a licensed, Windows-based image analysis and report generation software program with point temperature display, palette variation and manual/automatic temperature range adjustment functions. 31) Imager must be provided with a one-year minimum product warranty on materials and workmanship. If repairs are necessitated during the warranty period, user shall be furnished with a no-cost loaner unit if repairs cannot be effected within five working days. All items are to be delivered to: PWC San Diego CA. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52. 212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with th e following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors - Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 02-20-02, and will be accepted via fax (61 9-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN20020207/00023015-020205213424-W (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.