Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOLICITATION NOTICE

67 -- COMBINED SYNOPSIS/SOLICITATION FOR HIGH SPEED DIGITAL CAMERA SYSTEM

Notice Date
4/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 NAVSURFWARCEN Dahlgren Division 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017802R1026
 
Response Due
4/26/2002
 
Archive Date
5/26/2002
 
Point of Contact
XDS11 Branch (540)653-7478 ATTN XDS113 BLDG 183 ROOM 102 FAX (540)653-7088
 
E-Mail Address
Email your questions to XDS11 is POC for N00178-02-R-1026
(xds11@nswc.navy.mil)
 
Description
The Government intends to purchase CLIN 0001: Model Ultra 68 High Speed Digital Framing Camera as manufactured by DRS Hadland Ltd, Brand name or Equal, 1 each; CLIN 0002: Heavy duty camera tripod with pan and tilt control, 1 each; CLIN 0003: Fiber optic camera control option for remote control of the camera consisting of interface cards for the camera and control computer including 100 meter long fiber optic cable, 1 each; CLIN 0004: Two day installation and on-site training, 1 Lot; CLIN 0005: One year standard commercial warranty, 1 lot. The following salient characteristics apply: (1) Total of 68 frames or more, each with at least 250 x 250 pixel resolution and digitized to 12 bits at least for all framing speeds; (2) Frame exposure times can be varied independently for each frame from 10 nanosec or less to 1 millisec or greater, programmable in 10 nanosec or less increments; (3) Time between frames when using 68 frames can be varied independently from 2 microsec (equals 500,000 frames per sec) or less to 1 millisec (equals 1000 frames per sec) or greater, programmable in 10 nanosec or less increments); (4) Camera has burst mode consisting of at least 4 frames. For this mode, time between the frames is 10 nanosec (equals 100,000,000 frames per sec) or less to 1 millisec (equals 1000 frames per sec) or greater, programmable in 10 nanosec or less increments; (5) Camera uses Nikon lens mount with standard Nikon Lenses or equivalent; (6) Camera has adjustable gain; (7) Camera can be externally triggered with standard trigger pulses; (8) Camera should be no more than 40 pounds in weight and approximately two (2) feet long x one (1) foot wide x one (1) foot high and can be used outside when protected from rain, etc.; (9) Camera has a control computer and camera control software; (10) Image output formats are industry standard (i.e., tiff, jpeg, bitmap, etc.) Images are downloaded to the control computer for analysis; (11) All power supplies, power cables, manuals, and shipping case included. 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 North American Industry Classification System (NAICS) code is 333315 with a size standard of 500 employees. The contract shall be a firm fixed priced contract. Delivery shall be made within four months of contract award to Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia. FOB Destination shall apply. The following is a combined synopsis/solicitation for commercial items prepared in accordance with the format in F AR 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 N00178-02-R-1026 and is a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. 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: F AR 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 speci fied 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 24. 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. Offer is due 26 April 2002 no later than 2:00 p.m. (Eastern Daylight Savings Time) to: Contracting Officer, Attn: XDS113/Bldg 183/Room 102, Naval S urface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100, with faxed copies acceptable to (540)653-7088. Anticipated award by 03 May 2002.
 
Web Link
NSWCDD Dahlgren Laboratory Procurement Division Web Site
(http://www.nswc.navy.mil/supply)
 
Record
SN00061627-W 20020419/020417213446 (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.