Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

58 -- Thermal Imaging Camera

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FB461372470058
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is being posted as an avenue to provide Request for Quotation FB461372470058. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a)(13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. 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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. QUOTED PRICES ARE TO INCLUDE DELIVERY TO DESTINATION. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code for the requirement is 334119. The size standard for this NAICS code is 1000 Employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-19. Contract Line Number 0001: 1 (each) MIKRON M7850 INFRARED THERMAL IMAGING CAMERA WITH DUAL VISION OPTION OR EQUAL. Must be a lightweight, high performance handheld IR camera. Must be completely self-contained in a highly-durable housing, be both dust-proof and weather resistant, and be suitable for indoor or outdoor use. Must be a fully radiometric camera, ergonomically designed for comfortable one-handed point-and-shoot operation, and have 320x240 resolution at a 60Hz refresh rate. Must measure the passive infrared radiation emitted by the target surface and convert this radiation into a two-dimensional image relating to the temperature distribution at the target surface. This temperature distribution must able to be viewed in full color or grayscale through a flip-up 3.5inch LCD display, located on the top of the IR camera. Must have visible light technology with an on-board laser pointer to assist operator in visually pinpointing problem areas for further analysis. Must have on-board diagnostic software that provides an intuitive menu system, which can be accessed by using a button control panel located on the back of the camera. Must allow operator to select up to four measurement spots on the image and/or boxed regions of interest, which can be used to zero in on specific areas of concern. Must be able to simultaneously record high definition 14-bit thermal images with digital visual images. Must be AC or battery operated. Must be able to store images and data to internal flash memory. Images and image data must be transferable to an external device using the USB port. Must have the ability to display a thermal image over a visual image on LCD. The percentage of the thermal image must be able to be adjusted from 0-100%, over the visual image, allowing the operator to fine-tune the display, and pin-point problems faster. Both types of images must be able to be saved and downloaded to a computer via USB 2.0. Key Features include: Newly developed high performance 320x240 UFPA detector. Exceptional performance with a resolution of 0.06?C (at 30?C 60Hz). Temperature Range -40?C to 500?C. Focusing Range of 12? to infinity. Weighs 2.9 lbs. with battery. On-board digital visual recording and laser pointer. Supports Optional Additional Lenses. Multi-spot temperature measurement with emissivity settings. Automatic level, gain and focus. Stores up to 1,300 images in on-board memory. Transfers images to a remote device using USB 2.0. This Request for Quotation incorporates the following provisions and clauses: There full text may be accessed electronically at http://www.arnet.gov/far/. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 - Instructions of Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items (INCLUDE A COMPLETED COPY WITH QUOTE); 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 (Deviation); FAR 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration. 52.204-7 Central Contractor Registration, 52.219-6 Notice Of Total Small Business Set-Aside, 52.222-19 Child Labor -- Cooperation with Authorities and Remedies, 52.222-21 Prohibition Of Segregated Facilities, 52.222-22 Previous Contracts And Compliance Reports, 52.225-3 Buy American Act--North American Free Trade Agreement--Israeli Trade Act, 52.225-4 Buy American Act--North American Free Trade Agreement--Israeli Trade Act Certificate, 52.225-13 Restrictions on Certain Foreign Purchases, 252.212-7000 Offeror Representations and Certifications- Commercial Items, 52.252-6 Authorized Deviations in Clauses, 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.203-3, Gratuities, 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 5352.201-9101 Ombudsman (Aug 2005), 52.222-3 Convict Labor (June 2003), 52.233-3 Protest after Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), 252.204-7004 Central Contractor Registration Alternate A (NOV 2003), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005). 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ (End of clause) Contractors must be registered with the Central Contractor Registration (CCR); the web site for registration is http://www.ccr.gov if registration has not been accomplished. QUOTES ARE DUE NOT LATER THAN 4 PM, MOUNTAIN DAYLIGHT TIME, 14 SEP 2007. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of Contracting Specialist, Emil Abraham @ 307.773.4636. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) must be submitted along with each quote. This announcement and written request for quote constitutes the only ?Request for Quote? that will be made for this requirement. Electronic quotes are now being accepted vie email; emil.abraham@warren.af.mil or by fax at (307) 773-4636.
 
Place of Performance
Address: 90th Civil Engineer Squadron, F. E. Warren AFB WY
Zip Code: 82005-2860
Country: UNITED STATES
 
Record
SN01401013-W 20070912/070910221029 (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.