Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
SOLICITATION NOTICE

67 -- SYNOPSIS SOLICITATION FOR COLOR HIGH SPEED VIDEO CAMERA SYSTEM

Notice Date
6/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 NAVSURFWARCEN Dahlgren Division 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017802R1027
 
Response Due
7/3/2002
 
Archive Date
8/2/2002
 
Point of Contact
XDS11 Branch (540)653-7478 ATTN CODE XDS113 FAX (540)653-7088
 
E-Mail Address
Email your questions to XDS11 is POC for N00178-02-R-1027
(xds11@nswc.navy.mil)
 
Description
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 N00178-02-R-1027 and is a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. 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 identi fy their capability to provide the specific make and model identified herein or an equal. The Government intends to purchase CLIN 0001: Phantom V Color High Speed Video camera system as manufactured by Photo-Sonics Inc., Brand name or equal; CLIN 0002: cabling; CLIN 0003: laptop computer for camera control; CLIN 0004: Optional camera memory upgrades to increase record time. The desired quantities are a minimum of 1 each and a maximum of 2 each. Contractors are encouraged to provide proposals based upon these quantities with any quantity discounts indicated. Actual quantities shall be determined at award. The following salient characteristics apply: (1) Color CMOS sensor with minimum resolution of 1024 x 1024 pixels at 1,000 pictures per second and minimum 4 second record time; (2) Frame rate of 60,000 frames/second minimum at reduced resolution (resolution as a function o f frame rate to be specified by proposal); (3) Exposure time of 10 microseconds minimum or better via full frame shutter; (4) IRIG-B time code shall be applied to each frame. Time code shall be visible on video data files exported from camera. Camera shall either accept IRIG-B input or include equipment to receive GPS time and place it on each frame; (5) Each laptop computer shall control a minimum of two cameras; (6) Record time of 1 second minimum at full resolution and 1000 pps. Record time shall be specified as a function of resolution and frame rate; (7) Camera shall accept either C-mount or Nikon mount lenses; (8) Cable length between camera and computer control of 50 feet minimum; (9) Camera operating software running under Windows 95/98/2000/NT; (10) PCI or PCMCIA local bus compatible camera interface card (if used); (11) System shall be man-portable and ruggedized f or field use. Industry standard laptop control computer is required; (12) Camera trigger via software or TTL level pulse; (13) Operating humidity range of 10 to 90 percent non-condensing or better; (14) Operating temperature range of 0 to 40 deg C or better; (15) Camera dimensions of 5 in x 5 in x 10 in maximum (excluding lens and cables); (16) Camera weight 7 lb maximum; (17) Each system shall include a 28 to 200 mm zoom lens; (18) Camera software shall export video files in AVI format and still images in JPEG format; (19) Camera shall have automatic gain and exposure control; (20) Camera shall have the provision to record an event mark when activated by a switch closure or TTL pulse. 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. 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 Conditio ns-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, 16, 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 Centr al 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 03 July 2002 no later than 2:00 p.m. (Eastern Standard Time) to: Naval Surface Warfare Center, Dahlgren Division, Attn: XDS113/Bldg 183/Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, with faxed copies acceptable to (540)653-7088. Anticipated award by 17 July 2002.
 
Web Link
NSWCDD Dahlgren Laboratory Procurement Division Web Site
(http://www.nswc.navy.mil/supply)
 
Record
SN00097077-W 20020622/020620214115 (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.