Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
SOLICITATION NOTICE

59 -- All-lighting capable airborne digital imagery collection system

Notice Date
4/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Justice, United States Marshals Service, National Contracts, BSD National, CS3 3601 Pennsy Drive, Landover, MD, 20785-1612
 
ZIP Code
20785-1612
 
Solicitation Number
DJMS-05-Q-0021
 
Response Due
5/10/2005
 
Archive Date
5/25/2005
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. The Government intends to procure from Gyrocam Systems, LLc that company?s Gyrocam TS Triple Sensor Surveillance System. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received within ten days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Solicitation number DJMS-05-Q-0021 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 (4/11/05). This procurement is unrestricted. The contract line items are: CLIN 0001, Gyrocam TS Triple Sensor, Model GC/TS (1 each) and CLIN 0002, Gyrocam Aircraft Quickswap Mount, Model GC/MT (1 each). The description of the items to be procured is: the Triple Sensor?s gimbal must have pan range of 360 degrees in azimuth, have a tilt range of over 90 degrees negative and 10 degrees positive, have maximum air speed limitation of not less than 400 knots and be able to operate color camera/night vision and thermal imager without need of equipment changes that require the landing of the aircraft to make them. The sensors required on one gimbal are a high resolution color camera with at least 800 lines of horizontal resolution, an infrared camera that operates in the Sectral band of 3-5 microns (midwave), and a low light camera equipped with a laser illuminator. The system must be capable of displaying all three (color camera/night vision and thermal) video images on a screen at the same time, that is, the images can be viewed simultaneously by the operator. Both the day and night lens must be capable of accepting optical extenders. The system must permit other cameras, such as long range, to be exchanged between gimbals without wiring changes or other modifications. The Triple Sensor is to be equipped with an 8.4 inch LCD monitor with swivel arm base, model GC/MON and a GVD-1000 digital tape recorder with built in LCD, model GC/VTR. The total weight of the gimbal, interface, and laptop control console must not exceed 90 pounds. A minimum three year/1500 hour warranty is required. The Aircraft Quickswap Mount must be suitable for mounting the Triple Sensor to the left aft fuselage of a Cessna aircraft with applicable weight and balancing conforming to FAA requirements. Delivery is required not more than 270 days after receipt of order at the contractor?s facility (FOB: Origin). Acceptance will be at the contractor?s facility following installation by the contractor of the Triple Sensor and Mount on Agency aircraft at the contractor?s facility and test flight. Training for the surveillance system operation and mounting procedures of at least 5 days per session for up to ten persons at a CONUS location to be specified by the Agency is required. Training shall be delivered at a time of mutual agreement between the parties but not later than one month after delivery of the equipment. Installation, required demonstration, and training are to be included within the price of CLINs 0001 and 0002. At the time of award, the Contracting Officer will appoint a representative to take delivery on behalf of the Government. The provisions at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quotations must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses of 52.212-5(b) apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity Act (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); 52.225-1, Buy American Act-Supplies (Jun 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.
 
Place of Performance
Address: 8100 15th Street East, Sarasota, FL
Zip Code: 34243
Country: USA
 
Record
SN00796540-W 20050429/050427211737 (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.