Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2002 FBO #0215
SOLICITATION NOTICE

59 -- VIDEO CAMERA SYSTEM

Notice Date
7/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402Q0240
 
Response Due
7/9/2002
 
Archive Date
8/8/2002
 
Point of Contact
BOB RUSSELL 812-854-1450
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number N00164-02-Q-0240 is hereby issued as a request for quotation (RFQ). The proposed contract is 100% set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-07 as well as DCN 20020531. The North American Industry Classification System (NAICS) Code for this procurement is 333315 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ?V1 Each, Video Camera System. Photron USA (San Diego, CA) Ultima 1024 Fastcam Model 4K High Speed Video Camera o r equal meeting or exceed all salient characteristics listed below. This item fulfills the need for a shock wave recording system purchased under the Stock Surveillance Equipment Program in support of Standard Missile, RAM, and ESSM batteries. The high-speed video camera closed loop system will supplement existing data acquisition equipment by providing a method for visually observing the effects of shock wave propagation after battery venting activity occurs. Photron USA, Ultima 1024 Fastcam Model 4K High Speed Video Camera, or equal, with the following salient characterisitics. ?h Maximum camera size: 6?? Wide x 6?? High x 6?? Deep. ?h Maximum camera weight: .5 lbs. ?h Digital data format. ?h The data must be capable of displaying: frame rate, ID number, date, time, shutter speed, real time, and frame count. ?h Resolution: must be capable of 4,000 frames per second wi th resolution of 24,476 at 6.1second record time and 98, 304 Minimum at 24.6 second record time. 512Vertical x 128Horizontal maximum resolution. ?h Shutter Range: Must be capable of .25 milliseconds to 7.8 microseconds. ?h Minimum length of firewire interfaces from camera to processor: 60 feet. ?h Minimum data output must be Digital IEEE-1394 Firewire interface ports, Video RS-170, and Monitor SVGA. ?h Minimum control: PC controllable IEEE-1394 Firewire. Live image during recording. Digital data transfer capability with file management and image analysis capability. ?h Minimum saved image formats must be JPEG, AVI, TIFF, and BMP. ?h Sensor must be CMOS with electronic shutter ?h Monocrome or color system with minimum recording capability of 4000 frames per second. ?h Minimum processor memory 512 MB RAM ?h Must have PC control interface Software capable of running on a laptop computer, Pentium 4, 1GHz, 512Mb Ram. ?h Operators Manual ?h On-Site training for 1 day. ?h Minimum of 2 remote 1000 Watt Lights and associated tri-pod stands ?h 16-60 mm Zoom Lenses ?h f/2.0 IEEE Firewire cabling ?h BNC to RCA video download cable ?h Manual Trigger ?h Power Strip with surge protection ?h Tripod with grip action ball head for camera mounting ?h Hard carry casing to store camera and all accessories power Supply with Output power capacity of 670 Watts ?h Controller: Dell Laptop using Windows 2000 operating system and minimum computer power of Pentium 4, 1.7GHz, and 512MB RAM with CD/Read-Write drive, and 40GB hard drive. Delivery is required F.O.B. NSWC Crane, IN 47522 on or before 19 July 2002. Final inspection will be at destination. Selection for award will be based on past performance and price for offers meeting all sa lient characteristics. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.211-6; 52.211-14(DO); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] [NOTE: Paragraph (b) does not apply. This provision MUST be filled out completely and submitted with the offer] 52.212-4; 52-212-5; (incorporating 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33, 52.232-36) 52.219-6; 252.204-7004; 252.212-7001(incorporating 252.247-7023 ALT III). The offeror shall provide its Commercial and Governme nt Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. The Contractor shall include, as a minimum, the following information on each invoice: (1) Name and address of the Contractor; (2) Invoice number and date and shall be marked ??Original Invoice??; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered or services performed and an invoice total; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in ac cordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 0562, Bldg 2701, NSWC Crane, 300 Highway 361, Crane, IN 47522-5002. PAYMENT STATUS INQUIRIES--Status of invoice payments can be obtained from the following web site www.dfas.mil/money/vendor. If the payment is being made by DFAS?XColumbus use the MOCAS Vendor Pay Inquiry System (VPIS) site listed on the above web site. It is recommended that the vendor download the ??MOCAS VPIS Help Guide?? and ??Reason and Remark Code Document??. You must then register by clicking on ??User Registration?? under the subheading ??MOCAS Vendor Pay Inquiry System?? before payment inquiries can be made. If payment is being made by other than DFAS-Columbus, st atus of invoice payment can be obtained through the Non-MOCAS System by cage code, contract number or DUNS number at the above listed web site. To determine which system to use see the following blocks of your contract document for payment offices designation: SF 26 Award/Contract?XBlk 12; SF 33 Award/Contract?XBlk 25; SF 1449 Solicitation/Contract/Order for Commercial Items?XBlk 18a; DD1155 Order for Supplies or Services?XBlk 15. ADDITIONAL MARKING INSTRUCTIONS?XIn addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container and that all packages, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Numbers . The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received which are not marked in accordance with the above requirements may be refused and returned to the contractor at the contractor's expense. BUSINESS HOURS--Crane Division, Naval Surface Warfare Center, Crane, Indiana, allows flexible working hours for its employees. The normal eight-hour shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6:30 AM to 3:00 PM as a regular practice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)--(a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that other wise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collected such small dollar amounts could exceed the amount to be recovered. PREPARATION FOR DELIVERY (STANDARD COMMERCIAL) Standard c ommercial preservation, packaging and packing is authorized unless otherwise specified. MOST FAVORED CUSTOMER ASSURANCE?XThe contractor agrees that the prices for the supplies or services furnished under this contract are as low or lower than those charged the supplier??s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. TAX EXEMPTION?XSection 39(a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts Crane Division, Naval Surface Warfare Center, Crane, Indiana, as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 assigned. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements b y calling 1-888-227-2423, or via the internet @ www.ccr.gov. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be submitted to Bob Russell, VOICE: 812-854-1450, FAX 812-854-3465 or e-mail russell_r@crane.navy.mil. All required information must be received on or before Noon Eastern Standard Time 7/9/2002. Numbered Notes 1 and 26 apply. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/V endorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
 
Web Link
NSWC Crane's web address
(http://www.crane.navy.mil)
 
Record
SN00110948-W 20020705/020704052707 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.