Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

66 -- Calibrated Camera Network

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0450
 
Archive Date
9/4/2009
 
Point of Contact
Andrea A Parekh, Phone: (301)975-6984, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
andrea.parekh@nist.gov, todd.hill@nist.gov
(andrea.parekh@nist.gov, todd.hill@nist.gov)
 
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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33 (effective 15 July 2009).*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase one Calibrated Camera Network (CCN). **All interested Contractors shall provide a quote for the following: ***Line items 0001 through 0006 are BRAND NAME or EQUAL requirements. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency’s needs.*** LINE ITEM 0001: Quantity six (6) Sony EVI-HD1 cameras OR EQUIVALENT with the following salient characteristics: a.Resolution: 1920x1080 or better b.Sensor type: CMOS with a size of 1/3 inch or greater c.Motorized pan-tilt rotational range: equal to or greater than plus or minus 100 degrees in pan and plus or minus 25 degrees in tilt d.Motorized pan-tilt rotational speed: equal to or greater than plus or minus 300 degrees per second in pan and plus or minus 125 degrees per second in tilt. e.Optical zoom: Must provide ten times magnification (10x) or greater f.Control: pan, tilt, zoom, focus, shutter speed, and iris shall be controllable through software LINE ITEM 0002: Quantity six (6) Blackmagic Design Decklink SDI capture cards OR EQUIVALENT with the following salient characteristics: a.Input: HD-SDI b.Bus type: PCIe c.Supported video format: 1080HD (progressive) LINE ITEM 0003: Quantity one (1) Sony RMBR-300 remote control unit OR EQUIVALENT with the following salient characteristics: a.Capable of controlling all functions of at least 6 Sony EVI-HD1 cameras LINE ITEM 0004: Quantity one (1) Sony VPL-FE40 LCD projector OR EQUIVALENT with the following salient characteristics: a.Resolution: 1400x1050 or better b.Brightness: greater than or equal to 4000 lumens c.Input: HDMI d.Static Contrast Ratio: 700:1 or better e.Control: power zoom and focus must be controllable through a remote control unit and/or remotely through software (having both features is preferable) LINE ITEM 0005: Quantity one (1) Sony VPLL-Z1014 lens OR EQUIVALENT with the following salient characteristics: a.Capable of being fitted to a Sony VPL-FE40 LCD projector or EQUIVALENT b.Lens aperture: F/2.0-2.8 c.Throw ratio: 1.4-1.9:1 LINE ITEM 0006: Quantity one (1) Sony Bravia 52 inch XBR9 LCD display OR EQUIVALENT with the following salient characteristics: a.Input: HDMI b.Resolution: 1920x1080 or better c.Screen size: 52 inch or greater measured diagonally d.Static Contrast ratio: 3,800 LINE ITEM 0007: Quantity seven (7) desktop computers with which shall meet or exceed the following specifications: a.CPU type: Intel Core i7 or EQUIVALENT quad-core processor with a speed greater than or equal to 2.66 GHz b.Memory: greater than or equal to four (4) gigabytes c.Hard disk capacity: greater than or equal to five hundred (500) gigabytes d.Connectivity (at least one of each): RS-232, Firewire 800, Gigabit Ethernet e.Video out: quantity one (1) DVI out (for 6 of the 7 computers) and quantity one (1) DVI and quantity one (1) HDMI (for 1 of the 7 computers) f.Expansion slots: at least 1 available PCI-Express slot (for all 7 computers) g.Operating system: Windows XP Professional LINE ITEM 0008: Quantity seven (7) RS-232 cables which shall meet or exceed the following specifications: a.Connectors: VISCA (Mini Din) to DB9 b.Length: greater than or equal to 12 feet LINE ITEM 0009: Quantity six (6) HD-SDI cables which shall meet or exceed the following specifications: a.Connectors: BNC b.Length: greater than or equal to 12 feet LINE ITEM 0010: Quantity two (2) HDMI cables which shall meet or exceed the following specifications: a. Length: 50 feet b. Terminal type: appropriate type and gender to connect LINE ITEM 0007 to LINE ITEM 0004 and LINE ITEM 0006 LINE ITEM 0011: Quantity one (1) gigabit Ethernet router which shall meet or exceed the following specifications: a.Number of wired ports: 8-port b.Wireless connection: 802.11 b/g/n LINE ITEM 0012: Quantity seven (7) CAT-6 Ethernet cables which shall meet or exceed the following specifications: a.Length: 100 feet b.Snag-free connectors LINE ITEM 0013: Quantity one (1) HDMI video adapter a. Bus type: PCI-Express b. Compatible with LINE ITEM 0007 c. Compatible operating systems: Windows XP, Linux Inspection and Acceptance Criteria: NIST reserves the right to perform acceptance testing on each individual component. The acceptance testing may include a visual-physical check and a performance check at NIST laboratory for adherence to performance specifications. The tests will be performed not later than 2 weeks after delivery. The testing may be witnessed by the contractor at their own expense. ***Delivery shall be completed not later than 6 weeks after receipt of an order and shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. *** **** Award will be made on a best-value basis. The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, are equal in importance to price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications/salient characteristics stated above. Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its’ affiliates. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following clauses apply to this acquisition: 52.211-5 Brand Name or Equal; 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.222-50 Combating Trafficking in Persons (29) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; ALTERNATE II (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s). This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 3:00 PM local time, on August 20, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes ARE acceptable. Faxed quotes will NOT be accepted. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0450/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Mailstop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01900818-W 20090807/090806002148-fc648aeafc2d571fcd6ad75885768fe0 (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.