Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2002 FBO #0146
SOLICITATION NOTICE

67 -- Photographic Equipment

Notice Date
4/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B129-2, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-2112-0138
 
Response Due
5/28/2002
 
Archive Date
6/12/2002
 
Point of Contact
Deborah Dewyea, Contract Specialist, Phone 732-323-7068, Fax 732-323-7192, - Daniel McClure, Contracting Officer, Phone 732-323-2801, Fax 732-323-2359,
 
E-Mail Address
dewyeadl@navair.navy.mil, mcclurede@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083 SUBJECT: 67-- Infrared Camera, Handheld, Portable SOL: N68335-2112-0138 DUE: 28-May-2002 POC: Debbie Dewyea (732) 323-7608 or Facsimile (732) 323-7192 DESC: The Naval Air Warfare Center, Lakehurst NJ, Contracts Department intends to procure portable infrared cameras that feature a color LCD display and digital image storage. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Solicitation Number N68335-2112-0138 is issued as a Request for Proposal. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13 and Defense Acquisition Circular 91-13. SCHEDULE OF ITEMS: Item 0001 (2 each), Infrared Camera, brand name or equal to Raytheon model Palm IR PRO. GENERAL DESCRIPTION WITH MINIMUM REQUIREMENTS: The camera must be lightweight, portable, and battery powered. The detector shall have an un-cooled, 320x240 pixel array with a spectral response of 7-14 um. The lens shall be 25mm f/1.0 with 36 degree H x 27 degree V field of view. Video update rate shall be standard 30 Hz at sensitivity equal to 100mK. The scene temperature range is 500 deg C (relative to background). The camera must have selectable range, color resolution, and palettes. Must have text annotation to include Title, Time, and Date. The digital storage medium is an 8MB Compact Flash(60 images). Image transfer is accomplished with a PCMCIA Drive. The image file format is 8-bit BMP (Microsoft? imager and paint compatible). Interface and control to include VCR compatible Video Outputs: SMPTE-170M (0-1 vdc video + sync) & NTSC. The power source shall be rechargeable nickel hydride batteries, but must also work with an AC/DC adapter. Operating time per battery @25C: > 2 hours. Approximate physical dimensions: 10"Length x 5.5"Width x 4"Height. Weight: (Approx) 4 lbs. Camera mounting provisions: 1/4"-20 standard tripod mount. Operating temperature range shall be -20C to 50C (camera) and storage temperature range: -25C to 70C. Each camera shall come ready to operate and equipped with the following items: Camera with 25mm optics; 8MB Compact Memory Card with PCMCIA Adapter; Image Downloader Software; 2 Rechargeable Batteries (Nickel Metal Hydride); AC/DC Battery Charger; NTSC Output Video Cable (6ft. length); Lens Cleaning Cloth; Neck Strap; Operator's Manual; Carrying Case. Included shall be a one(1) year standard commercial warranty from the original manufacturer. The Raytheon model Palm IR PRO is known to meet these requirements. Item 0002 (2 each), AC/DC adapter kit for item 0001 camera. Item 0003 (2 each), Tripod for item 0001 camera. Item 0004 (2 each), Spare battery set for item 0001 camera. Item 0005, (2 each) Raytheon product training CD. PRESERVATION, PACKAGING AND MARKING: Standard Commercial Practice. DELIVERY TERMS: Shall be FOB DESTINATION to the following addresses: Deliver two each item 0001, two each item 0002, two each item 0003, two each item 0004, and two each item 0005 to: Commanding Officer / COMNAVREG Hawaii / Attn: Pearl Cowan, Code N52 / 850 Ticonderoga St, Ste. 106 / Pearl Harbor, HI 96860 / POC: Gary Nakagawa, Code 01E, Bldg. 626 / Phone (808) 471-1171 x213. The government will award to the responsible offeror whose offer represents the best value to the government. In order to determine the best value the government will consider the price, past performance, and technical capability of the item offered to meet the government requirement. In order to make a best value determination, descriptive literature must be submitted in response to this request for quotation and shall include the following: Technical description and performance qualities of the offered unit, including manufacturer or brand name and model of the equipment. Submittal shall show how the offered product meets or exceeds the requirements as specified in the solicitation. The technical description must address all aspects of the camera (see description of item 0001). If an area is not addressed, the company must submit a written substantive statement describing such area, and noting any exceptions. Past performance data shall be submitted that includes the following information on at least the last three (3) sales of identical, or similar items: (A) Customer, including company name, address, and name and telephone number of point of contact. (B) Contract or sales record number, and date of order. (C) Number and type of items sold, including model number(s). After considering information submitted in response to this request for proposal, and information otherwise available, the government will award to the source providing the best value to the government based upon the following criteria: 1) Technical Description, including performance requirements; 2) Past Performance; 3) Price. Offerors with no past performance will be rated neutrally (Offeror receives no merit or demerit for the past performance factor). CONTRACT CLAUSES: All Provisions and Clauses may be viewed from the internet site http://www.ARNet.gov/far. FAR 52.212-1, Instructions to Offerors--Commercial Items (March 2000) applies to this acquisition. Paragraph (b) Submission of Offers (1) through (11), (c) Period for acceptance of offers, (e) Multiple offers, (f) Late offers, (g) Contract award and (J) Data Universal Numbering System (DUNS) Number are applicable. Disregard paragraphs (a) Standard industrial classification (SIC) code and small business size standard (d) Product samples, (h) Multiple awards and (i) Availability of requirements documents cited in the solicitation. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (February 2000) - Offerors shall include a completed copy of this provision with its offer. FAR 52.212-4 Contract Terms and Conditions, Commercial Items (May 1999) is incorporated by reference and applies to this acquisition and resulting contract. ADDENDUM TO 52.212-4: Contract Type: The resulting contract will be firm fixed price (FFP). INSPECTION/ACCEPTANCE: Government inspection and acceptance of the supplies to be furnished shall be made at destination by representatives of the Government. Inspection shall consist of kind, count and condition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (February, 2000) is incorporated in this contract by reference. However, for Paragraph (b) only the following clauses apply to this acquisition: (1) 52.203-6, (5) 52.219-8, (8) (i) 52.219-23, (11) 52.222-21, (12) 52.222-26, (13) 52.222.35, (14) 52.222-36, (15) 52.222-37, and (22) 52.232-33. DFAR 252.212-7000 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995) - Offeror shall include a completed copy of the provisions with its offer. DFAR 252.212.7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 1999) Paragraph (a) and (b) 252.225-7012, 252.225-7036 and 252.243-7002. ADDENDUM: DFAR 252.225-7035 - BUY AMERICAN ACT - NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT - BALANCE OF PAYMENTS PROGRAM CERTIFICATE (MAR 1998), DFAR 252.204-7004 - REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), DFAR 252.225-7017 - PROHIBITION ON AWARD TO COMPANIES OWNED BY THE PEOPLE'S REPUBLIC OF CHINA (FEB 1999). OFFERORS SHALL INCLUDE COMPLETED COPIES OF FAR 52.212-3 AND DFAR 252.212-7000. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Please provide the following information: business size, delivery schedule, payment terms, cage code, FOB destination or origin, tax ID #, duns #, and point of contact with appropriate phone and fax numbers. SOLICITATION NO. N68335-2112-0138 IS APPLICABLE. ALL PROPOSALS MUST BE RECEIVED BY 28-May-2002, 4:00 PM. THE POINT OF CONTACT IS DEBBIE DEWYEA (732) 323-7608 OR FACSIMILE 732) 323-7192 CITE: (W-252 SN378387)
 
Record
SN00066356-W 20020427/020425213436 (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.