Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

A -- Blindspot Camera System for HIMARS Launcher System

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785407R6007
 
Response Due
2/14/2007
 
Archive Date
3/16/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. Proposals (including the offeror??s electronically completed annual representations and certifications via the ORCA website at http://orca.bpn.gov) must be postmarked by Wednesday, 14 February 2007 and mailed to: Commanding General Marine Corps Systems Command Attn: Crystal Paine AFSS 2200 Lester Street Quantico VA 22134 Late proposals will not be considered. Offerors shall submit a combined technical/business proposal as elements of their offer. An original and three copies of the proposal are required. Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the product may have an adverse impact on your evaluation. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its content. The business matter shall ensure that all elements of the Schedule of Supplies, corresponding tables, and appropriate representations and certifications are completed. Description: The Marine Corps Systems Command (MARCORSYSCOM), High Mobility Artillery Rocket Systems (HIMARS) Program Office, Quantico, VA, has a requirement for procuring eight (8) camera systems to aid the driver??s visibility on HIMARS launcher systems mounted on a Family of Medium Tactical Vehicle (FMTV) 5-ton truck.. Visibility is severely restricted by the launcher on the FMTV. The goal is to eliminate the blind spot and increase the visibility from the front, sides, and rear views. Each launcher will be equipped with one camera system, comprised of one (1) color tilt camera, three (3) color standard cameras, one (1) color LCD monitor, three (3) 25-foot cables, one (1) 65-foot cable (S video connection for tilting camera) and required mounting brackets and accessories for all components of the camera systems. Camera systems shall be individually kitted into 8 separate kits for delivery. PART I-Schedule of Items and Prices Line Item No. Description Quantity Unit of Issue Unit Price Total Cost 0001 Standard camera (see 1.2) 24 each 0002 LCD monitor (see 1.1) 8 each 0003 25 foot cable 24 each 0004 65 foot cable 8 each 0005 Mounting brackets and accessory package 8 each 0006 Tilt camera (see 1.2) 8 each Shipment will be FOB destination to the following address: USMC HIMARS NETT Bldg. 56, Room 103 Gruber Road Ft. Sill, OK 73502 Part II-Specifications 1. Technical Requirements: Below are technical requirements for LCD monitor and camera components of the system, divided into required and desired specifications. 1.1. LCD Monitor REQUIRED At least 7.0?? wide format High Performance Color LCD panel Four (4) Camera (A/V) Inputs DESIRED: 12V and 24 V system compatible Maximum current draw @12 volt < 2A Motorized tilt camera compatible Multi-image view modes: Split screen (2-way); tri-view (3- way) and quad-view (4 way) Maximum dimension 8 (W) x 6 (H) x 1.5 (D) in Maximum weight 4 lbs One NTSC video output Manual (Push Down) or automatic source selection Day/Night brightness modes On screen display menu/ User Interface User programmable source naming Operating temperature range ?? -20?? C to ?? +65?? C Resolution minimum of 300K pixels Flush mount (bracket included) and multi-point E-Mark Certified Shielded cable to meet Electromagnetic Effect Environment 1.2. Cameras REQUIRED: Infrared Low Light Enhancement that allows driving in darkness Maximum weight one (1) lb Minimum viewing Angle: 130 degrees (Horz), 104 degrees (H), 78 degrees (V) NTSC Signal System Waterproof design Shock resistance to minimum 10G 12 V power supply Resolution minimum of 250K pixels Normal/Mirror image switch on camera Dimension: maximum 3 (W) x 2 (H) x 3 (D) in One color tilt camera per system Waterproof cable connector Minimum operating temperature range ?? -20??C to ?? +55??C Shielded cable to meet Electromagnetic Environmental Effects 2.0 Delivery The anticipated date of delivery of the 8 cameras systems is within fifteen business days of the date of contract award. Please indicate your ability to comply with this delivery schedule or provide an alternate delivery schedule. Part III??Solicitation Provisions and Clauses Below are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2006); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2006) (must be registered at http://orca.bpn.gov); 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 (Aug 2006) paragraph (b) is tailored to incorporate the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitation on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportun ity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 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); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.204-6(Oct 2003), Data Universal Numbering System (DUNS) Number. 52.212-2 Evaluation??Commercial Items (Jan 1999) (a) The Government will award a firm fixed-price contract for 8 (eight) camera systems resulting from this solicitation. Award will be made on a best value basis and the Government reserves the right to award to other than the lowest priced offeror. Paragraph a of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) price, iii) delivery. In making its "Best Value" determination, the Government will consider overall technical merit to be of greater importance than evaluated price. All evaluation factors other than cost or price, when combined, are significantly more imporant to cost or price. In accordance with FAR 11.801, Preaward in-use evaluation, a manufacurer??s representation for the standard camera must be shipped to Ft. Sill, Oklahoma for evaluation. These will be kept by the Government for a maximum of two weeks to conduct evaluation and will then be returned to the offeror at the Government??s expense. The camera will be evaluated first on low light/night vision capability. Items that recive acceptable scores will then be evaluated on resolution. The proposal must clearly demonstrate an understanding of the requirement and the ability to fully meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used or otherwise paraphrases the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party.
 
Record
SN01221472-W 20070131/070129221016 (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.