Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

59 -- Thermal and long range CCTV zoom cameras on pan/tilt positioners with monitors for force protection and situational awareness

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W91WRZ07T0008
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
N/A
 
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. Requirement is for two (2) thermal and long range CCTV zoom cameras on pan tilt positioners, and four (4) all weather sealed monitors for force protection and situational awareness. The con tractor shall furnish 2 cameras with the following Brand name or equal characteristics (1) Sierra Pacific Innovations Corp M1 Tactical Force Protection System (M1-640-114-342); two (2) M1-640-1050 multi-sensor pan tilt systems. Additionally the contractor will provide four (4) monitors with the following Brand name or equal characteristics: Sierra Pacific Innovations Corp M1-AWM 12NV all weather sealed monitor with night vision compatible option. Minimum Characteristics required: a. Provide long range images from fixed position surveillance applications including passive observation, detection and recognition of targets by day and nights and to include bad weather conditions. 1. 3km range for man sized target and 6km range for vehicle target - Vehicles are also to include small water crafts off the shore. 2. Provide a range estimation from camera/imager to target. 3. Cameras/imagers should not be damaged by exposure or operation in the following weather conditions: a. High Humidity b. Fog c. Rain d. Snow e. Blowing sand and dust environments f. Provide image penetration through smoke. g. Note: Imaging performance may be degraded as a result of: 1. Signal attenuation through atmospheric moisture 2. Signal attenuation through atmospheric particles b. Cameras/Imagers must use motorized lenses (25, 80 and 320 mm focal length), switch able by a single command, to provide optimal detection or recognition capabilities at distances described above. c. The cameras/imagers must be in compact weather proof housing and be compliant to military specifications. 1. Military specifications meaning structural integrity of camera mounts to resist forces of 0.5 times the equipment weight in any horizontal direction and 1.5 times the equipment weight in the downward direction. Cameras will be mounted to a stable platf orm to minimize wind sway and motion induced artifacts. d. Cameras/Imagers must have 360 degree rotation and be able to tilt from 0 degrees to 120 degrees. 1. 360 degree rotation is needed to search for targets outside the perimeter over land and waterways. e. The following are capabilities for monitors attached to Cameras/Imagers: 1. Digital video of 8 bit (processed) or 16 bit (raw) 2. No blurring when tracking moving targets or panning the system. 3. Monochrome image w/color overlay capability. 4. Image polarity should be White Hot/Black Hot All materials will be delivered to Norfolk, VA 23511 where it will be off loaded and transported to Guantanamo Bay, Cuba by the Government. Terms and conditions for quote: The contractor is required to submit descriptive literature with the quote so that a technical determination can be made. Provide references so that past performance can be determined. Include delivery schedule to Norfolk, VA. Contractors may submit more than one proposal -- each proposal will be considered separately. APPLICABLE PRO VISI ONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offeror--Commercial Items; (2) 52.212-2 Evaluation Commercial Items; EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed Price and award will be made based on lowest price technic ally acceptable basis. 1). Offerors capability to provide a quality product that meets the Governments needs; past performance will be considered as a function of technical capability. 2). Total cost and/or price. (3) FAR 52.212- 3, Offeror Representations and Certifications--Commercial Items; (4) FAR 52 .212-4, Contract Terms and Conditions--Commercial Items; (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items; the following clauses are applicable and incorporated by reference; FAR 52.222-3 , Convict Labor; FAR 52.222-19, Child Lab or; FAR 52.222-26, Equal Employment Opportunity; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-35, Equal Opportunity for Special Disable Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-36 Payment by Third Party; (6) DF AR 252.212-7000, Offeror Representations and Certifications-Commercial Ite ms. (7) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.232-7003, Electronic Submission n of Payment Requests; The Following Clauses are ad ded by addendum (8) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (9) 52.214-21 Descriptive Literature (10) DFAR 252.232 -7010, Levies on Contract Payments; the full text o f FAR clauses may be accessed electronically at http//farsite.hill.af.mil. ADDITIONAL INFORMATION: This items final destination is Guantanamo Bay, Cuba in support of Operation Enduring Freedom. You are required to ship to Norfolk, VA where the follow on sh ipment will be by barge. Quote applicable shipping costs shall be to Norfolk, VA 23511 only. Inspection and Acceptance terms will be 30 days after delivery to Norfolk, VA to take into account Barge shipment time. Payment will be made once customer receives and accepts the item at Guantanamo Bay, Cuba. Payment will be made by GPC following Inspection/Acceptance and valid invoice. Quotes are due NLT 5:00 p.m. EST on 17 Sept 2007. Quotes can be emailed to karl-krause@us.army.mil. Electronic submittal is requir ed; facsimiles accepted 01153993013. Quote must arrive by the date and time specified and shall: (1) be clearly marked with the quotation number, offerors name and address, point of contact, phone number, and e-mail address; (2) include specifications/desc riptive literature of items being offered ;(3) Include delivery schedule to include shipping charges to 32226 and; (4) provide references (companies who youve provided similar items too). Failure to provide all information requested may result in quote be ing considered non-responsive. Questions may be e-mailed to karl-krause@us.army.mil; PLEASE NO TELEPHONE CALLS
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
Country: US
 
Record
SN01404239-W 20070914/070913074034 (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.