Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

67 -- Flight Follower System

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-F33TSR50540100
 
Response Due
3/25/2005
 
Archive Date
4/9/2005
 
Description
The Air Armament Center (AAC)/96 Contracting Squadron, Eglin AFB, FL, intends to award a Firm-Fixed Price contract utilizing full and open competition. This will be for Flight Follower Systems with dedicated lighting RDT/2 Hish Speed Video Camera. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, Test Program. As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A quotation is being requested, and a written request for quotation will not be issued. The announcement number is FF33TSR50540100. The North American Industry Classification System (NAICS) code for this acquisition is 335999, with small business standard size 500 employees. Please identify your business size in your response based upon this standard. This requirement is for, CLIN 0001, Qty 1 Ea, High Speed Flight Follower Camera System, Model: Flight Follower System, Manufacturer: DRS Data and Imaging LTD. The flight follower system is to fulfill the requirement during sled track testing to optically track and record images of high-speed (up to Mach II) projectiles in flight. The system will include an integrated high-speed video camera system and associated control and data reduction software. The system will be capable of tracking and recording images of projectiles in flight over distances up to 180 feet with sufficient resolution to detect anomalies in the test item. The system will be required to accurately track test items to ensure the item is contained in the field of view for the duration of the test event. The operator is to be capable of adjusting the system so that longer or shorter path lengths can be captured. System uses a servo controlled scanning mirror to accurately track projectiles of varying velocities. Required tracking accuracy is better than .5 degrees over entire scan. Scan ratio = 4-40 m/s/m Tracking scan angle = 90 degrees (+/- 45 degrees from center of scan). Maximum camera frame rate = 16,000 fps. System must be ruggedized to survive sled track operations. Required scan rate operating modes are measured, fixed, or user defined velocity profiles. Under measured operating mode, break wire and optical velocity measurement systems will be employed. Drag correction is required to track accelerating or decelerating projectiles. Standard commercial operations and maintenance manuals are required as applicable. Delivery is required F.O.B. Eglin AFB, FL within six months after award. Final inspection will be at Eglin AFB, FL. CLIN 0002, Qty 1 Ea, Software, Advanced for Acceleration and Drag, Manufacturer: DRS Data and Imaging LTD. CLIN 0003, Qty 1 Ea,Tripod, Heavy Duty, Manufacturer: DRS Data and Imaging LTD. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions (Jan 05); 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price and price related factors) (Jan 99); 52-212-3 Offeror Representations and Certifications- Commercial Items (Mar 05) (Offerors must submit a complete copy with their offers. To request an electronic copy of 52-212-3, E-Mail me at the below e-mail address) at Full Text or ORCA; 52.212-4 Contract Terms and Conditions- Commercial Items (Mar 03); 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 05), sub-clauses that apply to 52.212-5 (Dev) are 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003), 52.225-15, Sanctioned European Union Country End Products (Feb 2000), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003); 52.247-34, F.O.B Destination (Nov 91), 252.204-7004, Alt, Required Central Contractor Registration (CCR); 252-212-7001 Contract Terms and Conditions Required to Implement Statures or Executive Order Applicable to Defense Acquisitions of Commercial Items (JAN 2005) sub-clauses that apply to 252.212-7001 (Dev) 52.203-3 Gratuities (APR 1984), 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003). The following provisions and clauses are provided in full text: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed lectronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); 52-252.6, Authorized Deviations Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any DFARS. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. DFARS, (11/03); 252-232.7003, Electronic Submission of Payment Report (JAN 2004), (a) Definitions. As used in this clause?(1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause); 252-246.7000, Material Inspection and Receiving Report (MAR 2003) (a) At the time of each delivery of supplies or services under this contract, the Contractor shall prepare and furnish to the Government a material inspection and receiving report in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense FAR Supplement. (b) Contractor submission of the material inspection and receiving information required by Appendix F of the Defense FAR Supplement by using the Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) electronic form (see paragraph (b)(1) of the clause at 252.232-7003) fulfills the requirement for a material inspection and receiving report (DD Form 250) (end of clause); (J2) Wide Area Work Flow DODAAC and Email distribution table (SF1449). The following codes will be required to route your invoices and additional, emails correctly through WAWF. Invoice Type: Invoice and Receiving Report (COMBO). Contract Number: See Block number 2 of the award: Delivery Order: See Block number 4 of the award of applicable: Issue Date: See Block number 9 of the award: Issue DODAAC: See Block number 9 of the award: Admin DODAAC: See Block number 16 of the award: Inspection By DODAAC/Ext: F33TSR / FA2823 (850) 882-9348: Ship To Code/Ext: See Block number 18a of the award: Ship From Code: Add vendor information: Pay DODAAC: See Block number 18a of the award: Additional Email Notifications: 1. Inspector: robertl.campbell@eglin.af.mil: 2. Acceptor: robertl.campbell@eglin.af.mil: 3. Contract Administrator: gene.eastman@eglin.af.mil: Contracting Officer: herbertb.hill@eglin.af.mil: Payment may be expedited electronically via the Internet through the Wide Area Work Flow, WAWF, system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com: Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quote is at the discretion of the offeror. If your company is capable of providing this item, qualification package should be received NLT 2:00 PM., Central Time on 25 Mar 2005. Anticipated award date is two day after the due date. Send all packages to 96 CONS/MSCBB, Attn: TSgt Gene Eastman, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862, or by facsimile to (850) 882-4916 or email at gene.eastman@eglin.af.mil or Lillie Loggins at lillie.loggins@eglin.af.mil.
 
Place of Performance
Address: 6 TW/TSRML (LMCA) - F33TSR, 505 N FLORIDA AVE, BLDG 33 MHU, EGLIN AFB, FL
Zip Code: 32542
 
Record
SN00769888-W 20050318/050316211905 (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.