Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
SOLICITATION NOTICE

59 -- POLE CAMERA

Notice Date
8/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-06-F-0126
 
Response Due
8/28/2006
 
Archive Date
9/12/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additonal information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: UDC2, Wireless under door camera .005 lux sensitized black & white CCD chip at the distal end of insertion panel, insertion panel only .265" thick, onboard IR LED?s (2) for illumination, >100mW @ 2400 mHz transmitter onboard, Operates 2+ hours continuously with (4) 3V lithium CR123 cells onboard, 2 each, Clin 0002, HHIT1, Wireless handheld inspection tool, 2.5 hours continous operation from three 3v lithium CR123 cells, 0.0003 lux B/W CCD imager unsurpassed low light capability, focal length 1"-infinity, 600 lines of resolution (camera), weighs less than 1 pound, overall length 18.25", LOS Singal Transmission just under one mile w/integrated RF transmitter, integrated eyepiece viewer, 180,000 effective pixels, manually flexible ruggedized neck (6"), variable intensity (thumbwheel control) light supplement, 2 each; Clin 0003, FS2NET, 2 meter optical fiberscope with 6mm 2-way articluating probe, 2 way 120 degree articulation, probe shrouded in tungsten braid, non-electric tip makes the unit suitable for inspection of volatile liquids, light guidable adaptor accommodates light source, 2 each; Clin 0004, VFS2 Wireless video fiberscope kit, includes 8mm diameter probe, with four-direction 120 degree articulation, 10" probe length, sealed with a nonconductive, weather proof coating, .005 lux sensitized black & white CCD chip at the distal end of the probe, wireless image transmission capable, hardwire capable, 1.8lbs with light source attached, integrated mount collar for attaching to spam or tripod, powered by 3v lithium CR123 cells, four hours continous run time, integrated transmitter module and battery housing with >100mW @ 2400 mHz, hardwire option cable, supplemental light source, handheld monitor with 5.5" scraeen with brightness and contrast adjustment, storm case w/precision cut foam for stable storage environment, focus tool, mini tripod, 2 each; Clin 0005, 2P-1S Long pole, 17.5? telescoping pole with flexible top and camera accessory adapter, 2 each; Clin 0006, PCT, Pole camera transmitter/recorder for 2P-1 Sierra, 2 each; Clin 0007, B/WC Low light B/W camera w/8IR LED supplement, 2 each; Clin 0008, VFSLS-WH, Video Fiberscope light source white, 2 each; Clin 0009, VFSLS-EOD, Video Fiberscope light source EOD, 2 each; Clin 0010 WMM, Wireless wrist mounted monitor gives the operator a high resolution 2.5" screen on the arm with a 4 channel receiver, 4 each; Clin 0011, VIK-3100, Stormcase with precision cut foam for VIK, 2 each. Brand name is Tactical Electronics. Please quote brand name or equal to (if quoting equal please include specifications with your quotation). H92244-06-R-0126 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12, 04 August 2006. North American Industrial Classification Code (NAICS) 334310 applies to this procurement. The DPAS rating for this procurement is DO. This procurement is a small business set-aside. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2006); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2006); FAR 52-212-4 Contract Terms and Conditions Commercial Items (Sep 2005); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2006); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisition of Commercial Items (Jul 2006); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005). Proposals and questions shall be on company letterhead in company format and must be sent to the attention of Thelma Escobar either by fax (757) 492-7954, email tescobar@mail.nswdg.navy.mil or United States Postal mail addressed to NSWDG, Attn: Thelma Escobar, 1636 Regulus Ave, Virginia Beach, VA 23461-2299 by 4:00pm Eastern Standard Time on 28 August 2006. Proposals received after this timeframe shall not be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award.
 
Record
SN01109562-W 20060810/060808222211 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.