Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

67 -- High Speed Camera

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S1AB9159B001
 
Archive Date
8/14/2009
 
Point of Contact
Christopher Griffin, Phone: 661-277-9559
 
E-Mail Address
christopher.griffin@edwards.af.mil
(christopher.griffin@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Information Solicitation: F1S1AB9159B001 Agency/Office: Air Force Materiel Command Location: AFFTC - AF Flight Test Center Title: HIGH SPEED IMAGER Description(s): This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 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 is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARs Change Notice (DCN) 20080812. This is a Brand Name or Equal Acquisition. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6-Brand Name or Equal. NAICS is 3333315 with a small business size standard of 500 employees. This acquisition is a 100% small business set-aside. Delivery: 10 days WARO, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. This solicitation is for a commercial purchase of (6) X-EMA HIGH SPEED IMAGER(S). Any quotes submitted should provide information as to how (6) X-EMA HIGH SPEED IMAGER(S) meet the following characteristics. • DIGITAL Imagers have to be able to be mountable on anF-16 and have on board sidewinder missile video application, • Imagers to provide 1280 x 1024 pixels resolution at 500 fps, 800 x 600 at 1000fps and up to 32,000 fps at reduced pixel resolution. 5, 8, or 10 bit selectable. • Imagers must be capable of recording a comparable film image when recorded through pre-existing 90 degree periscope lens and flown within the sidewinder AIM9 missile pod in all currently required orientations. • Imagers must be certified according to MIL-STD-461 and MIL-STD-810. • Imagers need to be fully operable for at least 20 minutes in all modes while running on internal battery. • Imagers need to be capable of running on internal battery in standby mode for at least 40 minutes. • Imagers need to be capable of convertible power sources of 24 to 36VDC input to allow recharging of the internal battery. • Imagers must have a minimum of 2.6GB of internal memory and be expandable to at least 10.4GB. • Imagers must accept direct IRIG B timing input with captured time stamped on each frame for external correlation of time with dissimilar devices. • Imagers must not be more than 71mm x 71mm x 71mm x 121mm. • The weight of the imagers may not be more than 980g. • Imagers must provide automatic transfer of image to removable CF media upon completion of recording. • Imagers must be fully operable without requiring an attachment to a computer. • Imagers must provide at least 32,000 pictures per second at reduced pixel count. • Imagers must be operational when flown without modification of the aircraft. • Imagers must have global independent electronic shutter speed of at least 4 microseconds. • Imagers must have automatic exposure capability to adjust for environmental changes and availability of light. • Imagers must be capable of transferring images to a removable CF media in the event of a power loss within a user specified time period. • Imagers must allow automatic image sequence deletion from Imager internal memory when in power down mode. • Imagers should provide the status of the mode (battery status, power status, and data transfer status) via LED indicators on Imager panel. • Compliance with the ACGIH Section 10.80.1, figure VS-80. • Imagers must have lockable Gigabit Ethernet data cable. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Chris Griffin @ 661-277-9559), no later than Close of Business (COB) 30 July 2009 at 4:30 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail Christopher.griffin@edwards.af.mil. Primary Point of Contact: Chris Griffin Secondary Point of Contact: Nate Hansing Contracting Office Address: 5 S WOLFE AVE Edwards AFB, California 93524-1185 United States Place of Contract Performance: EDWARDS AFB EDWARDS AFB, California 93524 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S1AB9159B001/listing.html)
 
Record
SN01879130-W 20090719/090717235922-842f65f48298b86d6c00efc2235d51ac (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.