Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

67 -- High-Speed, Ruggedized Camera to be Externally Mounted to Aircraft

Notice Date
6/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Aviation Applied Technology Directorate, Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-09-P-0023
 
Response Due
6/11/2009
 
Archive Date
8/10/2009
 
Point of Contact
hope mcclain, 757-878-2993<br />
 
E-Mail Address
Aviation Applied Technology Directorate
(hope.a.mcclain@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice is issued as a request for proposal. All proposals received by the due date and time in this synopsis will be considered by the Government. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-09-P-0023. The Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract to acquire a high-speed, ruggedized camera to be externally mounted to aircraft with the following specifications: size - less than 5x5x5; weight - less than three pounds; output color; ruggedized package - metal enclosure and metal circular connectors; power source 28 volts of direct current (VDC) or battery with at least 30 minutes of on time per battery; trigger - must be capable of triggering recording via remote switch or transistor-transistor logic (TTL) level signal; resolution - 800 x 600 dpi; frame speed - ability to shoot at least 1000 frames per second; record time - at least four seconds at aforementioned resolution and speed; time synch signal - IRIG-B input; lens format - 1 C-mount; video output - NTSC or RS-170; storage media - removable memory card; and, operator interface - on/off button and may be setup via computer. Additionally, this camera must be able to withstand: operating temperatures of -30c to +50c; operating altitude up to 25,000 ft.; humidity 95% non-condensing; vibration functional at 0.02G2/Hz for 1 hour, 3 directions, random levels; shock up to 40G x 10 ms, 3 axes, sawtooth, Noise up to 140 dB. Delivery is 30 days after contract award (anticipated award date 12 June 2009) to Fort Eustis, VA. The North American Industry Classification System Code (NAICS) is 333315, Photographic and Photocopying Equipment Manufacturing. The small business size standard is 500 employees. This acquisition is not set aside. While this solicitation is within the threshold reserved for small businesses, market research has not identified any small businesses that can fulfill this requirement, therefore this action is unrestricted. This synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the provision carefully to ensure that you are submitting all required information with your proposal. Also in accordance with the provision, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. A description of the camera offered in sufficient detail to evaluate compliance with specifications, to include product literature and warranty as applicable, shall be submitted. FAR 52.212-2, Evaluation Commercial Items is incorporated by reference. Paragraph (a) is completed as follows: 1) Compliance of proposed camera with stated specifications; 2) Compliance with stated delivery date; and 3) Price. Compliance and Delivery when combined are of more importance than price. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and CertificationsCommercial Items and DFARS Representations and Certifications 252.212-7000 with your offer unless representations and certifications are available electronically at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items are incorporated by reference. The following additional clauses apply to this acquisition: FAR 52.247-34, F.O.B. Destination; and 52.252-2, Clauses Incorporated by Reference. The following clauses cited within FAR 52.212-5 apply: 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer. The following clauses cited within 252.212-7001 apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 (Alternate III), Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.ac.osd.mil/dpap/dfars. Proposals are due June 11, 2009, 2:00 PM, local time. All responsible sources may submit an offer which shall be considered by the agency. Proposals shall be submitted to the Aviation Applied Technology Directorate, Attn: RDMR-AAC (Hope McClain), 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, email, or regular mail. Point of contact is Hope McClain, phone: (757) 878-2993, fax: (757) 878-0008, email: hope.a.mcclain@us.army.mil or Lauren Sebring, Contracting Officer, (757) 878-4828, email lauren.sebring@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH10/W911W6-09-P-0023/listing.html)
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA<br />
Zip Code: 23604-5577<br />
 
Record
SN01839040-W 20090610/090608235333-0e14582281ddce9e6d9d38e67e027b1d (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.