Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2008 FBO #2236
SOLICITATION NOTICE

67 -- Multi-Spectral Digital Aerial Mapping Camera

Notice Date
1/8/2008
 
Notice Type
Solicitation Notice
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
146th LS/LGC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
 
ZIP Code
93041-4011
 
Solicitation Number
W912LA08Q9002
 
Response Due
1/22/2008
 
Archive Date
3/22/2008
 
Point of Contact
Jon Ransom, 805-986-7970
 
E-Mail Address
Email your questions to 146th LS/LGC
(jon.ransom@cachan.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(I) 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; p roposals/quotes are being requested and a separate written solicitation will not be issued. (II) The solicitation, number W912LA-08-Q-9002 is issued as a Request for Quotation (RFQ). (III) This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. (IV) This solicitation is set aside for small businesses. The SIC code is 7359, the NAICS code is 532210, and the size standard is $6.5M. (V) The anticipated contract will consist of one line item for the base year and one line item for each option period thereafter (each not exceeding one (1) year). This shall be a lease with option to purchase for a lease period not to exceed five (5) years. Offerors may choose to quote a shorter leas e period with option to purchase terms. (VI) COMMERCIAL ITEM DESCRIPTION: Multi-Spectral Digital Aerial Mapping Camera. A 4-band multi-spectral digital camera system capable of creating high-resolution imagery in near real time for detailed mapping su rveillance, positional tracking, geo-referenced targeting, and counter camouflage identification. The system must capture up to four distinct selectable wavelengths of data for various mission profiles while automatically mapping the imagery to the ground with better than one meter of center pixel accuracy. The 4 detectors must simultaneously collect true and false color imagery. The camera must be capable of detection from 400-970 nanometers. The camera and its software must provide a seamless imagery mosaic that has an extremely precise geo-referenced, elevation corrected mapping solution on land or over the sea. The camera must easily be installed on the Lockheed Martin C-130 Camera Mount and have its own, self-contained battery power and navigatio n source requiring no connection to the C-130 aircrafts electrical power or 1553 data bus. (VII) FOB Destination (52.247-34, F.O.B. Destination). Period of Performance (Lease Term) will be not exceed five (5) yearsone (1) base year with four (4) opti ons. (VIII) The provision at FAR 52.212-1, Instructions To Offerors -- Commercial Items applies. This provision contains the guidelines for submission of proposals/quotes. (IX) The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. T he Government anticipates awarding a firm-fixed price contract resulting from this RFQ to the responsible offeror whose quote represents the best value to the Government. (X) The provisions at FAR 52.212-3 and DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items, and 52.219-1 -- Small Business Program Representations (NAICS and small business size standard are provided above.), apply. These provisions are fill-in and Offerors must complete all applicable portions and submit the completed copy with their quote. (XI) The following apply: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2007) (DEVIATION); DFARS 252.204-7004 Required Central Contractor Registration -- Commercial Items. (XII) The clauses at FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies. (XIII) The following clauses/provisions apply: All cited provisions and clauses apply in their late st revision. Most current information is available for all provisions and clauses at http://farsite.hill.af.mil/ . 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Governmen t for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. DFARS 252.232-7003, Electronic submission of Payment Requests DoD requires payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 252.232.7003 for specific procedures. The DoD preferred electronic form for tra nsmission is Wide Area Workflow - Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as se t forth in the clause. 52.207-5 -- Option to Purchase Equipment. 52.204-6, Data Universal Numbering System (Duns) Number. 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. (XIV) N/A (XV) Numbered Note 1 appl ies. (XV) Quotes are due to Channel Islands Air National Guard, Base Contracting, 146 MSG/MSC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011 by 22 January 2008, 12pm Pacific Standard Time. Email quotes will be accepted at MSC.146AW@cachan.ang.af.mil; FAX quotes will be accepted at 805-986-7972. When submitting a quote, please provide the following: tax ID number, Cage Code, and a contact e-mail address. (XVI) Point of Contact is MSgt Jon D. Ransom, 805-986-7970, jon.ransom@cachan.ang.af.mil. Al ternate Point of Contact is Karen R. Wegner, (805) 986-7972, Karen.wegner@cachan.ang.af.mil.
 
Place of Performance
Address: 146th LS/LGC 119 Mulcahey Drive, Port Hueneme CA
Zip Code: 93041-4011
Country: US
 
Record
SN01480841-W 20080110/080108223818 (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.