Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

58 -- Global Positioning System(GPS) Video Time Inserter (VTI)

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R06T0057
 
Response Due
8/10/2006
 
Archive Date
10/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement con stitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-10, Effect ive 28 Jul 2006 and (FAC) 2005-11 , Effective 05 Jun 2006 and & Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20060711. It is anticipated that payment will be made by Government Visa Credit Card. This action is solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) is 334220 with a size standard of 750 employees. All prospective bidders must be actively registered in the Central Contractor Registrat ion. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The quotation shall consist of two Contract Line Item Numbers (CLIN) 0001, Quantity: 2, Unit of Issue: Each, Description: Global Positioning System Video Time Inserter (CLIN) 0002, Quantity: 1, Unit of Issue: Each, Description: Global Positioning System Video Time Inserter. Offers must meet or exceed the Governments minimum requirements for a Global Positioning System (GPS) Video Time Inserter (VTI). C.1 SCOPE: The VTI will be used for Optics Branch for time encoding video imagery of Army material test. C.2 CONFIGURATION: The VTI shall be turn-key, configured of standard commercial off the shelf (COTS) catalog advertised items and shall meet or exceed all of the following specifications. C.3 CAPABILITY: The VTI shall be a rugged field deployable assembly capable of use in low desert terrain environments - mobile vans and permanent instrumentation installations. C.4 SPECIFICATIONS: C.4.1 Video in: C.4.1.1 Video In 1: Standard 525/60 composite video 2:1 interlace, black negative per EIA RS-170 or NTSC. 75-ohm input impedance. C.4.1.2 Video In 2: Standard S-Video Y/C. C.4.2 Encoded Data Video left-edge encoding method. Format IAW RCC document 452-86 section 7. C.4.3 Shall have : Alarm Input - Eight discrete lines, TTL logic levels (two for each channel), low true. C.4.4 Shall have Countdown Control Input Two discrete lines, TTL logic levels, low true (contact closure). C.4.5 Internal Clock Frequency Stability When powered 1 part in 10/\6. On Battery backup 1 part in 10/\4. Clock backup life (un-powered) 1 year minimum. C.4.6 IRIG B time code shall be input according to document 200-98 Range Commanders Council. C.4.7 IRIG B time code shall be output according to document 200-98 Range Commanders Council. C.4.8 Shall have 9 GPS Antenna Active, magnetic mount, powered via antenna cable. 5VDC. C.4.9 GPS Performance Channels: 12 Parallel channels, tracks all satellites in view Time-to-first-fix 18 seconds typical (warm start), less than 120 seconds typical (cold start) UTC Time Mark Synchronized with Global Reference Standard . Reacquisition: 2 seconds typical. C.4.10 Shall have: RS232C I/O EIA RS232C, 8 bit, no parity, 1 stop bit. Baud rate selectable from 300 to 38400, default to 19200. C.4.11 Shall have: Display Resolution includes optional 0.0001 sec. Power requirements: C.4.11.1 Shall operate on 120 VAC 60 Hz nominal power at less than 5 amperes. C.4.11.2 Shall initialize within five minutes of application of power. C.4.12 Physical and Environmental: C.4.12.1 The minimum operating temperature range shall be 10 degrees to +130 degrees Fahrenheit. C.4.12.2 Humidity: 85% non-condensing C.4.12.3 19 inch wide (standard 19 rack) x 3.5 inch high x 15 inch deep, aluminum enclosure. C.4.12.4 Shall weigh less than 10 pounds. C.4.13 Accessories: C.4.13.1 Shall include all adapters and cables nece ssary for power and communications interface. C.4.13.2 Shall include an operator manual, maintenance manuals and operator training. Items shall be delivered by 28 September 2006 to US Army Yuma Proving Ground in Yuma, AZ 85365. The requirement has Defense Priorities and Allocations System (DPAS) rating of DOB58. This solicitation is being issued as a Request for Quotation (RFQ) and shall be clearly marked with RFQ referencing number # W9124R-06-T-0057 and emailed to Tejae.Craig@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 11:00 AM Mountain Standard Time (MST), 10 August 2006. In addition, all technical questions concerning this requirement must be emailed to Tejae.Craig@yuma.army.mil no later than the 07 August 2006 at 11:00 a. m. Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Claus e 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2006). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications (ORCA) website at https://orca.bpn.gov/ and have the information posted you would only have to submit a signed copy of section J of FAR Clause 52.212-3 in place of 52.212-3. FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2006) with Alternate I (Apr 2002). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sept 2005) and FAR 52.247-34 FOB Destin ation (Nov 1991). Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), award will be made on a best value basis and the Government reserves the right to award other than the lowest offeror. Paragraph a. of provision 52.212-2 is completed as f ollows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of imp ortance, and third is price. Past performance will then be evaluated for all offertory whose technical proposal has been determined acceptable. Technical proposals will be evaluated to determine proposed items meet the minimum specifications in this soli citation. Price will then be evaluated for offerors whose technical proposal and past performance that have been determined acceptable. Unreasonable prices of a history of poor performance can make the most meritorious technical proposal not the best val ue. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided same or similar items. Past pe rformance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Execu tive Order Commercial Items (Jun 2006) apply to this acquisition. Specific clauses cited in FAR 5 2.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 20 06), 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 Ac tion for Workers with D isabilities (Jun 1998), 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003), 52.232-36 P ayment by Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006), specifically 252.225-7036 Buy American Act--Fr ee Trade Agreements--Balance of Payments Program (Jun 2006) with Alternate I (Jan 2005). DFARS provision 252.232-7003 Electronic Submission of Payment Requests (May 2006), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alter nate III (May 2002). DFARS Clause 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Jun 2006) with Alternate I (Jun 2006). If you plan to participate in this acquisition, you are required to provide your name, a ddress, phone number, and email address to Tejae Craig via email to Tejae.Craig@yuma.army.mil or by facsimile (928) 328-6849. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01103232-W 20060803/060801221147 (fbodaily.com)
 
Source
FedBizOpps 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.