Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

67 -- Photographic equipment-

Notice Date
6/11/2003
 
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
RFQ-0037470
 
Response Due
6/28/2003
 
Archive Date
7/13/2003
 
Point of Contact
Earlene Lewis, Contracting Officer, Phone 202-324-9011, Fax 202-324-0570,
 
E-Mail Address
clcu@fbi.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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals/quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) #0037470. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 01-13. This solicitation is under the Simplified Acquisition Procedures (SAP) and is a Small Business set-aside. The NAIC is 421410. This contract action will result in a Firm Fixed Price - Brand name or equal-one time buy contract. Requirement:(10 each)- VFS1 Video Fiberscope, (10 each) PCSS1 Pole camera Search System, (10 each) VFS1 Monitoring Equipment. Brand Name is Tactical Electronics and Military Supply, LLC. Specifications: Video Fiberscope: The video fiberscope must be no less than ten (10) mm diameter in order to maximize image collection and minimize entry hole requirements. Probe length must be a minimum ten (10) inches up to a maximum of fourteen (14) inches, with a nonconductive, weatherproof covering. Video fiberscope will have at least four-way, 120 degree articulating head. Fiberscope will incorporate a sensitized black and white CCD camera at the distal tip capable of operating at .005 lux ambient light. This maximizes light collection and image resolution permitting low light operations for device component identification. Video fiberscope must have a wireless capability to transmit images from the fiberscope to a handheld (less than six (6) inch) color/black and white monitor with integral receiver. The fiberscope will also include a plug port and appropriate cable, permitting a hard wire image transfer option to the monitor. Video fiberscope system will also include a supplemental light source, which shall be battery operated using commercially available, off-the-shelf batteries. Fiberscope will be weather resistant. Pole Camera Search System: For use in search operations, the pole camera must be capable of remote inspection using interchangeable camera heads, wireless image transmission, and extendable pole segments. Pole camera will have a telescopic, extendable pole with handle, approximately two foot length with integral RF transmitter. System will include a hardwire plug port and appropriate cable for optional hardwire image transmission to hand held monitor. In order to search overhead spaces and increase reach into search area pole camera system would be capable of adding pole extensions up to a maximum reach of forty-two (42) inches. In order to maximize operational search capability, pole camera system will be capable of switching from a black and white camera head to a color camera head by an operator in the field. For no-light, low-light search operations the black and white camera will be infrared capable and include an adjustable infrared light source. Power for the pole camera system must be provided by commercial, off-the-shelf batteries. Monitor: Both the pole camera system and the video fiberscope will send images either wireless (RF) or via hardwire to a handheld monitor. The monitor must weigh less than five (5) pounds and the RF receiver must be an integral component of the monitor assembly. The monitor will be battery operated using commercial, off-the-shelf items. Monitor will be less than six inches in size, capable of mounting to a camera tripod. Additionally, the system will have a "glasses" style, binocular Head Mounted Display (HMD), color capable. The HMD will be capable of displaying images from either the video fiberscope or the pole camera using RF or cable. Necessary cables and attachments will be part of the kit. The above characteristics are intended to be descriptive, but not restricted. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposed to furnish an equal product the brand name if any, of the product to be furnished shall be inserted on the proposal. The evaluation of the 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 ensure sufficient information is available, the vendor must furnish as a part of his quotation all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. If the vendor proposed to modify a product so as to make it conform to the requirement of this announcement he shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. A standard commercial warranty is required. FOB-Destination-Quantico, VA 22135. The following clauses and provisions are incorporated by reference and apply to this acquisition. A full text of clauses and provisions can be obtained at http:/www.arnet.gov/far and usdoj.gov/. FAR provision 52.212-1 Instructions to Offerors-Commercial Items (Oct. 2002), FAR clause 52.212-4 Contract Terms and Conditions-Commerce Items (Feb. 2002), FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (April 2003). 52.211- Brand Name or Equal (Aug. 1999), JAR 2852.211 Brand Name or Equal (Jan 1985). Each offeror shall include a completed copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commerce Items (July 2002), Offerors or encouraged to fax quotes to (202)304-0570. FAR provision 52.215-5 Facsimile Proposals (Oct 1997), The Government will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. Offeror responding to this solicitation must provide their DUNS and Tax identification numbers. The Point of Contact for all information regarding this acquisition is Earlene H. Lewis, Contract Specialist, at the address and phone number listed above.
 
Record
SN00344512-W 20030613/030611213258 (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.