Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
SOLICITATION NOTICE

99 -- VIP100 Visible Image Projector

Notice Date
6/19/2007
 
Notice Type
Solicitation Notice
 
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
W9124R-07-T-1089
 
Response Due
6/25/2007
 
Archive Date
8/24/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Na me or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The United States Army Yuma Proving Ground (USAYPG) has a requirement for the purchase of one Electro Optical Industries, Inc. Projector, Visible Image model EOI VIP100. A quote for equal should meet the following minimum requirements: 1. The calibrator will be for laboratory testing of camera systems using state of the art technology, packaging and components. 2. The calibrator shall be turn-key, configured of standard off the shelf (COTS) items. 3. The Calibrator shall be a high performance assembly capable of use in permanent Instrumentation installation in optics laboratories. 4. The Calibrator shall consist of an integrating sphere and comprehensive software. The minimum software consists of the following software modules: Focus, Uniformity, SNR (Signal to Noise Ratio), MRC (Minimum Resolvable Contrast), MTF (Modulation Transf er Function) Resolution and Distortion. 5. Calibrated light levels. 6. Wide dynamic range. 7. Certified precision targets. 8. Automatic test data reduction. 9. Large imager format up to two inches. 10. Closed-loop control. 11. The communications Ethernet and control software shall be robust and capable of operation with many networked devices on a common network. The network will have serial servers, IP cameras, various COTS high speed digital cameras and etc. 12. Shall operate on 120 VAC 60Hz nominal power at less than 5 amperes. 13. Shall initialize within 30 minutes of application of power. 14. The minimum operating temperature range shall be 10 degrees to + 40 degrees Celsius. 15. Humidity: 5-80% non-condensing. 16. Dimensions no larger than 24 wide x 24 high x 24 long enclosure. 17. Shall weigh less than 75 pounds. 18. Shall include all adapters and cables necessary for power and communications interface. 19. Shall include an operator manual, maintenance manuals and on-site factory operator training. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 (June 14, 2007), Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation (DFARs) Supplement, current to D CN20070531 edition. Government IMPAC (Visa) Payment Card is the preferred method of payment. The awarded contract will be a firm fixed price contract. Offerer shall account for any costs associated with accepting credit card payment in the submitted quota tion. This commercial item acquisition is being solicited as 100% small business set-aside. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 334516 with a size standard of 500 employees. All prospective offeror s must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. If you provide a quotation for other than the Brand Name specified you must provide technical information and/ or descriptive literature about the product you propose so that a technical determination can be made during the review process. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to incl ude the Arizona Transaction Privilege Tax. Quotes shall be clearly marked with W9124R-07-T-1089 EOI VIP100 Projector and emailed to the address listed below or via facs imile (928) 328-6849 no later than midnight on June 25, 2007. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be e xcluded from consideration. The Government intends to award a contract to the responsible bidder whose quote conforming to the solicitation will be the most advantageous to the Government based on technical acceptability, past performance and price. The f ollowing FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors Commercial Items (Sep 2006), FAR provision 52.212-3 Offeror Representations and Certifications Commercial Ite ms (Nov 2006) with Alternate I (Apr 2002). 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; an alternate web site is www.arnet.g ov/far/ use Current FAR in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (j) of FAR 5 2.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov . FAR 52.212-4 Contract Terms and Conditions Commercial It ems (Feb 2007) applies to this acquisition, addendas attached are: FAR 52.211-6 Brand Name or Equal (Aug 1999) and FAR 52.247-34 FOB Destination (Nov 1991). Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), award will be made on a best va lue basis and the Government reserves the right to award to other than the lowest 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) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the Performance Specificatio ns. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past performance have been determined acceptable. Unreasonable pric es or a history of poor performance can be cause for a determination of not the best value for the Government. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past perform ance information on at least three other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Num ber and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Mar 2007) apply to this acquisition. Specific clauses cited under FAR 52.212-5 that are applicable to this acquisition are FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportuni ty for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003), FAR 52.23 2-36 Payment by Third Party (May 1999). FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive O rders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) apply to this acquisition, and specifically DFAR 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Jun 2005), DFAR 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program (Mar 2007) and DFAR 252.232-7003 Electronic Submission of Payment Requests (Mar 2007). DFAR 252.243-7001, Pricing of Contract Modifications (Dec 1991) and DFAR 252.243-7002, Requests for Equitable Adjustments (Mar 19 98) also apply to this solicitation. After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein f or notification of amendments. 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
SN01322494-W 20070621/070619223418 (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.