Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

67 -- High Speed Digital Camera

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2KBAC7039A001
 
Response Due
3/20/2007
 
Archive Date
4/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 333315, Size Standard 500. Solicitation/Purchase Request number F2KBAC7039A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular Fac 2005-15, Effective 12 Feb 2007. (CLIN 0001) High Speed Digital Camera: Phantom v7.3 or equal. The following technical specifications apply: CMOS focal plane with 400nm to 800nm wavelength sensitivity quantum efficiency at least 30% in the 500-700nm band 800 x 600 full-frame operation at 5000 FPS minimum Sub-window readouts faster than full frame readout, depending on the size: 512x256 pixels sub-window readout at 20,000 FPS minimum, 256x256 pixels sub-window readout at 35,000 FPS minimum, 256x64 pixels sub-window readout at 100,000 FPS minimum, and 64x64 pixels sub-window readout at 140,000 FPS minimum External triggering capability for synchronization with pulsed lasers Snapshot mode operation with integration times as short as 2 microseconds Twelve-bit (minimum) digitization resolution with 40 electrons of read noise maximum 8GB minimum internal memory for storing continuously acquired frames Streaming output for accessing the focal plane data in real time, with less than 1 frame of latency between the end of the exposure and the last pixel out of the streaming output Documentation on the streaming output's electrical and protocol specification, sufficient to allow third party development of a real-time receiver for the focal plane data via the streaming output port A gigabit Ethernet port for controlling the camera, and for retrieving sub-sampled frames in real time for diagnostic display Software drivers for Windows XP on a Pentium-class computer A user library (for controlling the camera and receiving image frames via the Ethernet Port) that is callable from "C" and compatible with Microsoft Developer's Studio version 6.0 or later. QUANTITY: 1 UNIT OF ISSUE: EA. DESIRED DELIVERY DATE: 30 days after award. FOB: DESTINATION. Inspection and acceptance: DESTINATION. THIS REQUIREMENT IS BEING PROCURED AS A BRAND NAME OR EQUAL ACQUISITION: TECHNICAL LITERATURE MUST BE SUBMITTED FOR "EQUAL" PRODUCTS OFFERED FOR THE GOVERNMENT TO PERFORM A TECHNICAL EVALUATION. NO FURTHER REQUEST WILL BE MADE TO OBTAIN REQUIRED LITERA- TURE AND FAILURE TO SUBMIT MAY RESULT IN YOUR OFFER BEING ELIMINATED FROM AWARD CONSIDERATION. AWARD WILL BE MADE RELATIVE TO BEST OVERALL VALUE. BEST VALUE MAY INCLUDE, BUT IS NOT LIMITED TO: PAST PERFORMANCE, TECHNICAL CAPABILITY, QUALITY, TRADE-IN CONSIDERATIONS, PROBABLE LIFE, WARRANTY, MAINTAINABILITY AND PRICE. OFFERS MUST MEET ALL MINIMUM SPECIFICATIONS BUT OFFERS WHICH EXCEED MINIMUMS MAY BE RATED MORE FAVORABLY. THE GOVERNMENT WILL NOT, HOWEVER, PAY AN UN- REASONABLE AMOUNT FOR ADDITIONAL TECHNICAL CAPABILITY AND WILL COMPARE ANY ADDITIONAL CAPABILITY TO ANY ADDITIONAL PRICE. SINCE THE GOVERNMENT IS INTERESTED IN OBTAINING THE BEST OVERALL VALUE, AWARD MAY NOT GO TO THE LOWEST OVERALL PRICE IF ANY FACTORS CONSIDERED JUSTIFY A HIGHER PRICE. NOT- WITHSTANDING THAT TECHNICAL CAPABILITY IS MORE IMPORTANT THAN PRICE, SHOULD ALL OFFERS APPEAR EQUAL, PRICE WILL BECOME THE DETERMINING FACTOR IN THE AWARD DECISION. SPECIFICATIONS ARE PROVIDED FOR ITEM(S) SOLICITED. The following provisions and clauses apply to this procurement: 52.211-6 Brand Name or Equal; 52.204-4; 52.204-7; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.203-6, 52.203-6 Alt I, 52.219-6; 52.219-8, 52.219-14; 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 52.222-39, 52.225-13, 52.232-33]. FAR 52.252-1 & 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. DFAR 252.204-7004 Alt A; 252.209-7001; 252.212-7000; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 52.203-3, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003; 252.243-7002; 252.247-7023] 252.225-7002; All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 20 Mar 07 (Eastern Standard Time) 0800. Offers may be mailed to 377 CONS/LGCA, ATTN: Nancy Worley, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-14, Kirtland AFB NM 87117-5606, emailed to nancy.worley@kirtland.af.mil, or faxed to (505) 846-8925. ATTN: Nancy Worley. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: AFRL, 4600 Randolph Blvd NW Bldg 1010, Kirtland AFB NM
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01251841-W 20070317/070315220910 (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.