Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2002 FBO #0270
SOLICITATION NOTICE

67 -- Video/Audio System for Livestock Transport Trailer

Notice Date
8/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area Office, 7607 Eastmark Drive, Suite 230, College Station, TX, 77840
 
ZIP Code
77840
 
Solicitation Number
R40-7MN1-02
 
Response Due
9/17/2002
 
Archive Date
10/2/2002
 
Point of Contact
Lucinda Cose, Contract Specialist, Phone (979) 260-9447, Fax (979) 260-9413,
 
E-Mail Address
ccose@spa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is R40-7MN1-02 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside; The NAICS is 421410, business size 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 01-08. The USDA, Agricultural Research Service, Livestock Research Unit, requests the procurement of one Video/Audio System for a Livestock Transport Trailer. Objectives of Research: Livestock travel to terminal processing facilities in commercial trailers for various lengths of time. Some evidence suggests that this loading, handling and movement of livestock is stressful. The objectives of this research are to determine behavioral and physiological levels of stress in animals transported in a commercial trailer as well as determine changes in quantity of zoonotic pathogens of importance in food safety. Approach: To quantify the health, well-being and level of zoonotic pathogens of livestock during long-distance transport using a commercial trailer, a multidisciplinary design will collect data on stress parameters (cortisol, white blood cell numbers, immune indices and endocrine measures), numbers and severity of injuries, behavior and pathogen shedding. Blood samples will be collected prior to loading and immediately after unloading. Fecal samples and hide swipes will also be collected before loading and after unloading. Behavior will be continuously monitored during transport by video cameras and microphones mounted within the trailer. Accelerations of the trailer will be recorded on the video tapes to correlate truck acceleration with animal behavior. A specially designed video recording system is required to complete this work. Several challenges arise when attempting to record behavior of animals within a moving vehicle. Those challenges include movement and vibration of cameras that reduce video quality, camera lenses that cannot view the entire width of a commercial vehicle, and low levels of light during filming. Exact specifications of the video system follow: 1)Two portable fully integrated multipurpose video/audio monitoring and recording systems for deployment on various livestock transport trailers up to 53 feet in length and 102 inches wide 2)System should fit into a 29" X 29" X 102" internal measurement box 3)Each system must fully integrate three ultra-wide angle very high resolution monochrome video cameras in waterproof housings with infrared illuminators, a GPS receiver, GPS overlay display, a triazial accelerometer and triaxial G-Force overlay display to monitor and record physical forces affecting the animals during transport. 4)The video images, an audio channel, GPS coordinates and triaxial G-Forces must all be recordable for up to 24 hours on a single video cassette. 5)Video display during recording or playback mode shall allow simultaneous viewing of all three video channels, the selected audio channel and GPS and G-Force data. Additional Requirements: 6)Video cameras with infrared illuminators should be capable of imaging an area of 7 by 8 feet from a distance of approximately 9 inches. 7)Waterproof camera housing to have scratchproof sapphire lens with pressurized water jet system to flush lenses clear of debris from livestock. 8)All components (cameras and lenses in housings, accelerometers, microphones, cables) to be quick detachable mounted in transport trailer shall be waterproof to a depth of 10 meters and corrosion resistant so that they may be immersion disinfected. 9)All components (recorder, monitor, power supplies, GPS receiver, VITC time code generators) shall be supplied in a single weatherproof overcase requiring only 12 VDC at less than 8 amps and weighing less than 50 pounds. 10)All cables connecting the transport trailer to the towing truck shall be encased in a single ultra durable overjacket. All cables exiting the overjacket on the transport trailer end shall have numbered or unique plugs for connection to a fiberglass interface box. All cables exiting the overjacket on the towing truck end shall have numbered or unique plugs for connection to the weatherproof overcase. 11)Bidder shall supply the above as a fully integrated, pre-assembled and pre-tested system. External cables and connectors, as required, shall be pre-numbered and/or unique as to proper reattachment points. The entire system shall be configured to allow complete reassembly, installation, deployment, operation and the collection of video/audio data by the end user. Off the shelf untested boxed components do not fulfill these requirements and are not acceptable. 12)Bidder shall supply a copy of warranty, guarantee and return policy applicable to all items bid. The video/audio system shall be delivered to the USDA, Agricultural Research Service, FM Road 1294, Lubbock, Texas, 79403. The Government REQUIRES delivery no later than 60 days after receipt of order, however, each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; descriptive literature, brochures, and five references for the proposed equipment. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. 52.252-2 CLAUSES INCORPORATED BY REFERENCE; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses from (a) 52.222-3, Convict Labor; 52.233, Protest after award, and (b) FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-34,Payment by Electronic Funds Transfer - Other than Central Contractor Registration; applicable to this acquisition: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price (based on F.O.B. Destination), where technical and past performance are more important than price. Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Cindy Cose, Contracting Officer, USDA, ARS, SPA, 7607 Eastmark Drive, Suite 230, College Station, Texas, 77840, no later than 2:00p.m., September 17, 2002. Quotations my be provided by facsimile to (979) 260-9413 if desired. Additional information may be obtained by contacting the contracting officer at (979) 260-9447 (voice) or email below.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/SPAO/R40-7MN1-02/listing.html)
 
Place of Performance
Address: USDA, Agricultural Research Service FM Road 1294 Lubbock, TX
Zip Code: 79403
Country: US
 
Record
SN00151641-F 20020829/020827221252 (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.