Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

58 -- Image Intensifier

Notice Date
9/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
865497
 
Response Due
9/24/2002
 
Archive Date
10/9/2002
 
Point of Contact
Sandra Carr, Contracting Officer, Phone 202-324-1474, Fax 202-324-5472,
 
E-Mail Address
scarrfbi@aol.com
 
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 constitute the only solicitation. Proposals are being requested and written solicitation will not be issued. Request for Quote (RFQ) 865497 is assigned and shall be referenced on any quotation. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09. This solicitation is under the Simplified Acquisition Procedures (SAP). The Standard Industrial Code is 3827, (NAICS code is 333314) with a Business Size Standard of employees 500. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://www.fedbizopps.gov/. Hard copies of the solicitation document will not be available. The site provides downloading instructions. All future information about this acquisition including solicitation amendments, will be distributed through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price-One Time Buy contract. The requirements shall be for, twenty (20ea) Image Intensifier assembly Type MX 10160 enhanced performance parameters, internal auto-gated. Features: The intensifier shall be 18-mm microchannel wafer; shall employ a group III-V compound, semi-transparent photocathode sealed to a glass faceplate forming the input window to the assembly; shall contain a fiber optic inverter screen; intensifier shall include an integral auto-gated power supply; shall include a thin-filmed or filmless microchannel plate; shall be encapsulated within a hard-surface insulating sleeve or boot; the intensifier is intended as a retrofit into Night Vision Pocketscope models M944,M944A and NE6010F; The intensifier shall comply with the following minimum performance parameters: Center resolution, 64 1p/mm (minimum); Peripheral resolution, 57 1p/mm (minimum); High-light resolution, 36 1p/mm (minimum); Photocathode sensitivity, (wavelength region: 450-900nm); @ 28560 K, 2000 microAmp/lm (minimum); @ 830 nm, 230 mA/W (minimum); @ 880 nm, 120 mA/W (minimum); Signal-to-noise ratio, 26 (minimum); EBI, 2.5 x 10-11 (maximum); Luminous gain, @ 2 x 10-6 fc, 40,000 - 70,000 fl/fc, @ 2 x 10-4 fc, 10,000 - 20,000 fl/fc; Output brightness, @ 1 and 20 fc, 2.0 - 4.0 fl; Output brightness uniformity (maximum), @, 28560 K - 3:1; @ 880nm - 3:1; MTF (minimum) @ 2.5 1p/mm - 92%; @ 7.5 1p/mm - 80%; @ 15.0 1p/mm - 61%, @ 25.0 1p/mm - 38%; Photocathode diameter (minimum) - 17.5 mm; Reliability (minimum) - 10,000 hours; Phosphor - P-43; Halo (maximum) - 0.90 mm; Maximum spots allowed in each zone, Zone #1: spot size (inch) >0.015 - 0.020 (0), >0.012 - 0.015 (0), >0.009 - 0.012 (0), >0.006 - 0.009 (0), 0.003 - 0.006 (0); Zone #2: spot size (inch) >0.015 - 0.020 (0), >0.012 - 0.015 (0), >0.009 - 0.012 (0), >0.006 - 0.009 (1), 0.003 - 0.006 (2) and Zone #3: spot size (inch) >0.015 - 0.020 (0), >0.012 - 0.015 (0), >0.009 - 0.0.012 (0), >0.006 - 0.009 (1), 0.003 - 0.006 (2); EMI, Not Required. The Contractor shall furnish all inspection data documentation for each purchased intensifier assembly. The above listed characteristics are intended to be descriptive, but not restrictive. The evaluation of quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on information furnished by the vendor. The Purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To insure that sufficient information is available the vendor must furnish as a part of his/her quotation all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the purchasing activity to determine whether the product meets the minimum requirements of the FBI. If the vendor proposes to modify a product to make it conform to the requirements of this announcement he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. The government reserves the right to request product samples which can be tested for compatibility. Standard Commercial warranty is one year. FOB-Destination will be ninety days after receipt of order (ARO) to Quantico, VA 22135 - All quotes being submitted by facsimile should be sent to the number below, no later than 3:00pm EST, September 24, 2002, and be clearly marked with RFQ 865497. No hand carried quotes will be accepted. The point of contact for all information is Ms. Sandra Y. Carr, Contract Specialist, at the address and phone number listed below. All potential bidders are hereby notified that if your quote is not received by date/time and at the location specified in the announcement, it will be considered late/non responsive. The following clauses and provisions are incorporated by reference and apply to this acquisition and shall be submitted along with your quote. FAR provision 52.212-1 Instructions of Offers - Commercial Items (October 2000); "Add: 52.202-1 DEFINITIONS (Dec 2001); 52.215-5 -- FACSIMILE PROPOSALS (Oct 1997). FAR clause 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002). FAR clause 52.233-3 PROTEST AFTER AWARD (Aug 1996). The Department of Justice (DOJ), Justice Acquisition Regulation Clauses, 2852.23-70 - PROTEST FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (Jan 1998); and 2852.201- 70 -- CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (Jan 1985). Clause 52.212.5, Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items (May 2002), Subsection (a), (b), (d) and (e) apply. Each Offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification - Commercial Items (July 2002); FAR provision 52.212-2 Evaluation - Commercial Items (Jan 1999), applies to the solicitation. Award will be made based on low-price/technically acceptable offeror. The full text of clauses are available from the Contracting Officer or may be accessed electronically at http://www.acqnet.gov//, http://www.usdoj.gov/jmd/pe/jarinet.htm. All quotes will be accepted and, in fact, are encourage to be faxed only to (202) 324-5472. Award will be made within five days after closing.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FBI/PPMS/865497/listing.html)
 
Record
SN00164197-F 20020913/020911221921 (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.