Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
MODIFICATION

66 -- Extension of time to submit proposals until Tuesday, 23 June 2009.

Notice Date
5/21/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Pennsylvania, USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W8071J9117N001
 
Response Due
6/23/2009
 
Archive Date
8/22/2009
 
Point of Contact
Michael V. Brown, 717-861-6872<br />
 
E-Mail Address
USPFO for Pennsylvania
(mike.v.brown@us.army.mil)
 
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; quotes are being requested and a written solicitation will not be issued. Pennsylvania National Guard has a requirement for a Video Borescope / Video Probe for the support of mission functions at its Combined Support and Maintenance Shop (CSMS), Fort Indiantown Gap, Annville, Pennsylvania. The Solicitation Number is: W8071J9117N001. The Solicitation is issued as a Request for Quotation (RFQ). The period for submitting quotations has been extended. Quotations are now due on Tuesday, 23 June 2009, at 1300 HRS (1:00 pm) EDT at DMVA, Bldg. 0-48, USPFO-PA, P&C, Attn. M. Brown, Room 242, FTIG/Annville, PA 17003-5003. Quotations may be submitted by e-mail at: mike.v.brown@us.army.mil. Quotations should not be submitted via facsimile. Questions concerning this solicitation are due by Monday, 15 June 2009, at 1300 HRS (1:00 pm) EDT and should be submitted via e-mail addressed to Michael Brown, Contracting Specialist at mike.v.brown@us.army.mil. Submitted questions will be collectively answered via posting of a Modification to this Combined Synopsis/Solicitation not later than Wednesday, 17 June 2009, at 1000 HRS (10:00 am) EDT. Applicable NAICS Codes may be: 333314 (size standard: 500), 333319 (size standard: 500); 334513 (size standard: 500); and 334519 (size standard: 500). FAR 52.212-2 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price and (2) Conformance to the Specification (technical capability of the item offered to meet the Government requirement; criteria in the specification represents what is the minimum required technical capability). The non-Price evaluation factor is significantly more important than price. Quotes will be evaluated on the basis of the evaluation factors listed in this solicitation and the information furnished by the offeror submitting the quote or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Only firm fixed price offers will be evaluated. The FOB is Destination and the Government reserves the right to deem as non-responsive offers submitted on a basis other than FOB Destination. The delivery location will be CSMS-EAST, Bldg 10-102, Fort Indiantown Gap, Annville, PA 17003-5003. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. The Government reserves the right to award without discussions. This RFQ has two (2) line items, some with multiple items and/or quantities. Pricing should be provided for each line item. All line items must be quoted. Unless the context clearly indicates otherwise, all quantities are one (1). ITEM 0001 SPECIFICATION. Quantity: 1 Description: 8.4 mm (0.33 inch) Video Borescope / Video Probe Expanded Description: 8.4 mm (0.33 inch maximum) Video Borescope / Video Probe: (A) Meeting the following Military Standards: MIL-STD-810F: United States DoD Environment Tests Sections 506.4, 507.4, 509.4, 510.4, 511.4, 514.5, 516.5, 521.2 (MIL-STD-810F must be met with external media storage device installed); MIL-STD-810F, Test Method 516.5 (drop-testing); MIL-STD-461E: United States DoD Electromagnetic Interference RS103 (above deck). (B) Overall Unit/System to be field portable in one case with a maximum weight of 15 lbs, inclusive of storage case. (C) Handheld unit/system to be operable out of storage case with a maximum weight of 4.0 lbs to ensure safe and portable system for technicians. (D) Unit/System to include on-board rechargeable battery with 2-4 hour uninterruptable power source (UPS). (E) Handheld unit/system to have integrated, intuitive control for electronic articulation control; and controls to lock articulation position and automatic return. (F) Servo motor or similar probe articulation supporting tip articulation minimum of 90 degrees up/down & 90 degrees left/right. (G) Operating temperature for tip minimum of -10 degrees Fahrenheit to 150 degrees Fahrenheit, with integrated warning system for exposure of camera tip/insertion tube to high temperatures. (H) Insertion Tube and Tip to be waterproof to 14.7 psi of external pressure. (I) Minimum internal memory of 1 GB. (J) Automatic and variable brightness control. (K) User interface to have simple drop-down style menu-driven operation. (L) Commercial-Off-The-Shelf downloadable PC compatible file formats; support JPEG image and MPEG video. (M) Scope / Probe to provide measurement results in millimeters and/or inches for distance, skew, depth, point-to-line, area, multi-segment length and circle gauge. (N) Handheld unit/system to have integrated color monitor, viewable from multiple angles, with controls for invert, zoom (minimum 5.0 X), image capture and recall. (O) Unit/system to be capable of operating at AC: 90-264 VAC, 47-63 Hz; DC: 10.2V; AC adapter w/ power cord to be included. (P) Light source to be proximally mounted with automatic white balance and illumination control; minimum 25 lumens light output at distal camera tip. (Q) Probe camera to have ability to perform long exposure (minimum 34 milliseconds / maximum 12 seconds) for low-light/no-light environments. (R) Handheld Unit/System to have microphone/headset jack, VGA video output and external media ports; unit must include, or be upgradeable to, stereo measurement ability. (S) Overall Unit/System must be able to be stored / transported in a single system case to be provided with Unit/System. (T) Unit/System must be capable of allowing end user to create custom and standardized inspection reports. (U) External media storage device (USB or Flash) to have minimum 4 GB capacity. (V) Probe to include: Forward Optical Tip for Depth of Field (DOF) 250 mm (9.84 in) & Field of View (FOV) 40 degrees; Forward Optical Tip for DOF 25-500 mm (0.98-19.68 in) & FOV 80 degrees; Forward Stereo Measurement Tip for DOF 4-50 mm (0.16-1.97 in) & FOV 60/60 degrees; Centering Devices for 2.17, 3.00, 4.25, & 5.50; and 20 feet of continuous push rod. (W) Owners Manual to be included (copy on CD ROM). ITEM 0002 Basic On-Site Operator Training sufficient to educate the user of Item 0001 in the main functions of the item. Offeror travel and lodging costs, if any, are the responsibility of the Offeror. Responsive offers must quote all items. All offers are required to provide technical documentation, inclusive of copies of detailed product manuals and product warranty information, with their offer. The Government reserves the right to deem as non-responsive offers submitted without this required supporting documentation. Offers shall include manufacturer name and model number for all items offered. In addition, offers shall include product country of origin for any non-U.S. end-product contained in any offer. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. By submission of a quote, the offeror also acknowledges the requirement to accept the Government Purchase Card for payment. The Government will provide the successful offeror with Government Purchase Card information only after completion of the following: (1) delivery and acceptance of the offered Item(s); (2) Basic On-Site Operator Training; and (3) submission of the Offerors invoice at the address identified in the Order for Commercial Items (SF 1449) to be issued at the time of award. Responses shall include the offerors CAGE Code, any prompt payment terms, and estimated time to deliver after receipt of order (ARO). FAR 52.252-2 - 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://farsite.hill.af.mil The following FAR Provisions and Clauses apply to this acquisition: 52.204-7 (Central Contractor Registration); 52.211-6; 52.212-1 (Instructions to Offerors); 52.212-2 (Evaluation-Commercial Items); 52.212-3 ALT I (Offeror Representations and Certifications); 52.212-4 (Contract Terms and Conditions Commercial Items); 52.212-5 Dev (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items); 52.222-3 (Convict Labor); 52.222-19 (Child Labor); 52.222-21 (Prohibition of Segregated Facilities); 52.222-26 (Equal Opportunity); 52.222-36 (Affirmative Action for Workers with Disabilities); 52.222-50 (Combating Trafficking in Persons); 52.223-5 (Pollution Prevention); 52.225-1 (Buy American Act-Supplies); 52.225-2 (Buy American Act Certificate); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.232-36 (Payment by Third Party); 52.233-3 (Protest After Award); 52.233-4 (Applicable Law for Breach of Contract Claim); 52.237-2 (Protection of Government Buildings, Equipment and Vegetation); 52.247-34 (F.o.b. Destination). Responsive Offerors are advised to include a completed copy of the provision at FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items, with any quote. The following DFARS Clauses apply to this acquisition: 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials); 252.203-7002 (Requirement to Inform Employees of Whistleblower Rights); 252.204-7004 Alt A (Central Contractor Registration); 252.211-7003 (Item Identification and Valuation); 252.212-7001 DEV (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items); 252.225-7035 Alt I (Buy American Act Free Trade Agreements - Balance of Payments Program Certificate); 252.225-7036 Alt I (Buy American Act Free Trade Agreements - Balance of Payments Program); 252.232-7010 (Levies on Contract Payments); 252.247-7023 ALT III (Transportation of Supplies by Sea).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W8071J9117N001/listing.html)
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA<br />
Zip Code: 17003-5003<br />
 
Record
SN01825474-W 20090523/090522000123-1c9becea1e5f3d651a1b7b5288eb4362 (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.