Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

67 -- 20 Data Imaging System

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Indian Head Division, N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017408Q0079
 
Response Due
6/11/2008
 
Point of Contact
Georgia Warder 301-744-6679
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
This is a combined synopsis solicitation for commercial item 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; quotes are being requested and a written solicitation will not be issued. This acquisition has a 10% HUBZONE preference. This request for quote (RFP)N00174-08-Q-0079 is the only written solicitation, which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The applicable NAICS code is 333315. The Size standard is 500 employees and the Federal Supply Class (FSC) is 6720. The offeror shall provide a firm fixed price offer for a Data Imaging System (Ultra Fast Framing Camera System). The system is to be optimized for highest dynamic range and resolution in a 16 frame ultra fast framing camera. A fully integrated system includes PC control and image analysis software that shall be included in the bid offering. Mandatory Minimum Performance Specifications are as follows: (1) Number of Frames: 16 (2) Active CCD Pixel: At least 1360 X 1024 (3) Dynamic Range:>=12 bits (4) Dynamic Resolution: > 30 lp/mm (5) Exposure time: Down to 5 ns (6) Interframe time: down to 5 ns (7) Remotely controlled via computer network (8) 1 remote control console (9) Rugged case(s) for storage, transportation, and shipping (10) Cables (11) Software (including installation disks as appropriate) (12) Manuals (hardcopy and electronic) (13) Lens, Zoom 200-1000 mm fl with the ability to focus at 3 ft (14) Lens, Zoom 80-200 mm fl (15) Lens, Zoom 24-85 mm fl (16) Standard commercial warranty and service. Quote shall include any charges for delivery to destination Indian Head, Md. Estimated delivery date 01-December-2008. UNLESS AVAILABLE VIA ORCA THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE: FAR 52.219-1 ALT 1 Small Business Program Representatitve, FAR 52.212-3, Offeror Representative and Certifications Commercial Items, 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicalbe to this requirement: FAR 52.212-2 Evaluation-Commercial Item, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria at the lowest price. The following provisions are also applicable to this requirement: FAR 52.212-4 Contracts Terms and Conditions-Commercial Item, FAR 52.212-5 Contracts Terms and Conditions Required Implementing Statues or Executive Orders - Commercial Items, with reference to 52.219-4,52.219-28,52.222-3,52.222-19,52.222-21,52.222-26,52.222-35,52.222-36,52.222-37,52.222-39,52.222-50,52.223-9,52.225-1,52.225-13 and 52.232-33. Addendum to 52.212-4 includes DFAR 252.211-7003 Item Identification and Valuation. 52.212-2 Evaluation-Commerical Item: The following factors are as follows, listed in descending order of importance, unless otherwise stated. Factor 1 - Technical: The evaluation shall consider offerors ability to meet minimum specifications. Offerors shall provide a copy of the complete technical specifications. The offeror shall respond with a line-by-line response attesting to full compliance to each item listed under the mandatory minimum performance specifications and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION SECTION. Factor 2 - Past Performance: Offeror shall provide three (3) references for product performance with name, telephone, fax and e-mail address. The Government shall utilize other sources for past performance information as available. Factor 3 - Price: Offeror shall provide pricing to include any warranty, installation and delivery charges to destination. Failure to address any of the instructions within this combined synopsis solicitation may result in a proposal being considered unacceptable. The Government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote forms, etc) but must include the following information: (1) Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g.1% 10 days), ability to meet delivery requirement and unit cost of product. (2) The company's Cage Code, Dunn & Bradstreet Number and Taxpayer ID number (3) In addition, if you are quoting on a comparable commercial item, product literature must be included (4) To reiterate, ALL FAR certifications and representations specified above must accompany your quote unless available on line. Any and all questions must be submitted 5 days before close of solicitation. NO questions will be accepted after that time. Responses must be received no later than 3:30 p.m EST on 11-June-2008. Provide responses to Georgia Warder NSWC Code 13A Building 1558 5072 N Jackson Road Indian Head, Md 20640-5035 Phone 301-744-6679 or via e-mail to georgia.warder@navy.mil. This synopsis is being posted to both the Federal Business Opportunitites (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO)site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either side to access information posted by the Navy Sea Systems Command.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9000df10a3adc6b283aa2d836da81224&tab=core&_cview=1)
 
Record
SN01578873-W 20080524/080522215658-8fc21a1bea4becf88c14efd0c80d91c0 (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.