Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

99 -- Thermal Infrared Camera

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens 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
F2KBAF7052A001
 
Response Due
4/2/2007
 
Archive Date
4/17/2007
 
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; quotes are being requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code is 3333141, Size Standard not to exceed 500 employees. Solicitation/Purchase Requisition number F2KBAF7052A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-15 effective 12 Feb 07. (CLIN 0001) 1 EA, Digital Infrared Camera, contains the following characteristics: Coastal Optical Systems, IR-TCM 640 Hires or equal. Ability to view High resolution thermal images on a 640 x 480 (1.2 megapixel in RE digital mode) image format with a spectral range from 7.5 to 14 m in real time. This corresponds to a temperature range of -40 to 2000 degree C for measuring and visualization, with a temperature resolution of a NETD < 90 mk. These measurements must have an accuracy of 2 K, 2 % with a dynamic range of 16 bit processing. Must have IRIS 32 bit software, adapted for Windows XP for thermographic measurement evaluations in real time with image rates of 50 to 60 Hz this would require an IEEEE-1394 (Firewire) interface. The camera must be small in size 7x5x4.5 inches to fit in the experimental setup. If a repair is needed the supplier must be able to supply a loaner camera. (CLIN 0002) 1 EA, Camera Lens for CLIN 0001, has a standard object field of 25mm, (32x25) degrees, this is to mount the IR camera outside the Thin disk laser cavity to monitor the optical resonator. (CLIN 0003) 1 EA, Camera Lens for CLIN 0001, must have a close-up object field of 12.5mm, FOV 95mm x 72mm, this is to make it possible to mount the IR camera in the laser cavity to monitor the Thin Disk pump profile. (CLIN 0004) 1 EA, Camera needs to include 32 Bit software adapted for Windows XP for thermographic measurement evaluations in real time with image rates of 50 to 60 Hz. IEEE-1394 (Firewire) interface is required. 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. OFFERORS MUST PROVIDE TECHNICAL LITERATURE/DOCUMENTATION FOR ITEM(S) OFFERED FOR TECHNICAL EVALUATION. NO FURTHER REQUEST WILL BE MADE FOR THIS INFORMATION 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 MINIMUM SPECIFICATIONS BUT OFFERS WHICH EXCEED MINIMUMS MAY BE RATED MORE FAVORABLY. THE GOVERNMANT 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 THE AWARD DECISION. DESIRED DELIVERY DATE: 30 April, 2007 FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.211-6, FAR 52.212, Instructions to Offerors Commerical Items. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price and technical suitability. 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 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 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 252.212-7001 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 252.225-7001, 252.225-7036, 252.232-7003, 252.247-7023 Alt III] 252.204-7004, 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 quotes are due no later than 2 April, 2007 (Eastern Standard Time) 3:00pm. Quotes may be emailed (preferred) to anita.zambrano@Kirtland.af.mil, or, mailed to 377 CONS/LGCA, ATTN: Denise Zambrano, 2000 Wyoming Blvd., SE, Bldg 20604, Kirtland AFB, NM 87117, or, faxed to (505) 846-8925 ATTN: Denise Zambrano or call 846-4529 for 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: 377 CONS/BASE SUPPORT FLIGHT, 2000 Wyoming Blvd SE, Bldg 20604 Rm B-22, Kirtland AFB, NM
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01262012-W 20070331/070329222012 (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.