Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

69 -- Purchase and Installation of Night Vision Training Board

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
 
ZIP Code
08641
 
Solicitation Number
F3A17B5088A100
 
Response Due
7/5/2005
 
Archive Date
7/20/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Quotations are being requested not later than 05 July 05. The solicitation number is F3A17B5088A100 issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The solicitation is issued 100% small business set aside. The associated NAICS code is 511210 with a size standard of $21,000,000.00. The resulting purchase order shall be firm-fixed-price. The contractor will provide all labor, supervision, equipment, transportation, installation and supplies necessary for the purchase of a Night Vision Terrain Board (NVTB). Contract Line items are as follows: CLIN 0001 ? NVTB Board 6? x 12?. CLIN 0002 ? NVTB Base. CLIN 0003 ? NVTB Electronic Keypad Control Package. CLIN 0004 ? NVTB Fiber-Optic package. CLIN 0005 ? NVTB Moon Lighting Package. CLIN 0006 ? Spares Package. CLIN 0007- Shipping. In addition, the specifications for the NVTB are as follows: Specifications for Night Vision Terrain Boards (NVTB) NVTB physical characteristics Model size: 6? x 12? 36? at base 48? overall Scale: Horizontal : 1? = 50? Vertical: As necessary to limit height of models to forty-eight (48) inches. The NVTB model will form a continuous scenario of ten (6) feet by ten (12) feet. This scenario will be hypothetical in format and represent an area containing typical terrain features encountered in night flight operations, i.e., offshore approach to sloping beach and to cliffs, overland flight, harbor entrance and land to water view. The NVTB will have an illumination system witch will consist of thirteen (13) fixed moon positions and one movable moon for complete lighting flexibility. This illumination system must be an infrared light source with indefinite adjustment from cloudy starlight to full moonlight. The topography of the NVTB will portray a scenario which will duplicate not only a real world image in the visual sense, but in the near infrared spectral region of .6 to 1.0 Microns and match the sensitivity range of current and future night vision devices. The NVTB is free standing and does not require any support rigging . The building and room where the NVTB is to be installed should allow for one (1) 72?h x 144?l x 18?w section of terrain board to be moved through doors, hallways, and stairways, etc., to the site of installation. The size of the NVTB when completely installed is 10? square, and 84? high. Power requirements for the NVTB is 110 volts, 60Hz.(User supplied) Environmental requirements for NVTB are 50-75 degrees F, and low to moderate humidity. Conditions should remain constant and not be subject to temperature/humidity cycling Spare parts for terrain boards are to include 20-12 volt bulbs, 1-paint/touch-up kit, 20-fiber-optic strands. All lights are adjustable for intensity, as well as for strobe interval, and can be selected on/off via remote. Model base should not emit light leaks. Packaging; suitable shipping/storage containers to insure damage-free transport to the user facility. NVTB FEATURES: Lighting; Radio tower with flashing red light. Water Tower Town; Silhouette detail lighted to create horizon sky glow. Airport; Cement surfaced runway, one, 3,000 foot. Terminal building with rotating beacon ( green/ white). Lighting and buildings consistent with municipal runways and airports. Unimproved runway Roads; two lane, hard surfaced, unpaved, gravel, etc. Bridge; Suspension type equipped with flashing lights or Concrete type with constant lights. One lighted vehicle on bridge. Power lines (High-tension), Spanning river valley as well as other pertinent areas. Lines to be strung on towers common to high tension and wooden type poles. Water features; Anchored boats, liferaft (strobe light), fishing boat (anchored), buoys (red and green, flashing) at inlet, 700? LHA and LCAC with lights. Water to portray smooth, moderate, and heavy chop. River to run through mountainous terrain. Agricultural area with lighting and buildings consistent with a farm. Petro area; tanks; buildings; lighting; etc. Desert terrain; dunes; beach; lighting Mountainous terrain; ridges; peaks; valleys The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant purchase order: FAR 52.212-4, FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, DFARS 252.225-7000, DFARS 252.225-7001, and DFARS 252.225-7002, 252.232-7003. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Jan 2004) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Jan 2004), with the quotation. Responses/offers may be sent by mail, fax, or electronically. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Deviation) (Jan 2004), FAR 52.219-1-Small Business Program Representations (Apr 2002) Alternate I, FAR 52.222-22-Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25-Affirmative Action Compliance (Apr 1984), FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2-Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6-Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004 Alt A-Required Central Contractor Registration Alternate A (Nov 2003), and DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jan 2004) (Deviation). Submit signed and dated offer to: 305th Contracting Sq./LGCA, Attn: Christine Bittner, 2402 Vandenberg Ave., McGuire AFB NJ 08641 at or before 4:30 P.M. Daylight Savings Time, 5 Jul 05. It is incumbent upon all interested parties to review this site frequently for any updates/amendments to this RFQ. All FAR clauses and provisions may be reviewed and/or obtained from the Air Force FAR web site at Internet address http://farsite.hill.af.mil/. Registration with the Central Contractor Registration (CCR) is mandatory in accordance with DFARS 252.204-7004. All potential offerors must obtain a DUNS number and register in the CCR in order to transact business with the government. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered at the time of award. All responsible sources may submit an offer, which will be considered by the agency. Quotes may be faxed to (609) 754-4642; Attn: Christine Bittner. All HubZone business concerns are encouraged to participate and submit a quote. Questions regarding this solicitation may be directed to Christine Bittner at (609) 754-2772 between the hours of 7:30 AM and 5:15 PM eastern time and by email to christine.bittner@mcguire.af.mil.
 
Place of Performance
Address: McGuire Air Force Base, NJ
Zip Code: 08641
Country: U.S.A,
 
Record
SN00835328-W 20050625/050623220821 (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.