Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOLICITATION NOTICE

66 -- Light Weight Borescope

Notice Date
10/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-T-0005
 
Archive Date
11/21/2009
 
Point of Contact
Nancy E Delaney, Phone: (732) 323-4478, Angela K Wilcox, Phone: 732-323-4573
 
E-Mail Address
nancy.delaney@navy.mil, angela.wilcox@navy.mil
(nancy.delaney@navy.mil, angela.wilcox@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number N68335-10-T-0005 is issued as a full and open unrestricted request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation and requirement will be procured on a competitive full and open basis. NAICS is 333314 applies. (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Borescope, quantity of four (4) with case. This procurement will be procured utilizing salient characteristics, all offers meeting or exceeding the technical specifications will be evaluated. Award will be made to the lowest priced, technically acceptable offeror. (vi) Offers will be evaluated on a strict pass/fail basis. (vii) The salient characteristics are as follows: Insertion Tube (Insertion Tube Working Length shall be not less than 3.0m and Scope Diameter shall be greater then 6.0mm but less then 7.0 mm); Articulating Section (Articulation Angle shall be 90° in every direction, Articulation Control shall be via joystick control, and Camera head length shall be 15.0mm or less); Optics (Angle: (H/V)74°/59°, Lens: f = 1.9mm, F No.: F = 6.3, Focal Distance shall be 15.0mm ~ ∞ and Illumination shall be via high-intensity LEDs); Camera (Total Pixels shall be greater then: 811(H) X 508(V) and Pixel Size shall be greater then 3.65µm(H) X 4.8µm(V)); Base Unit (LCD: The display shall be a color digital TFT not less than 2.4”. Storage Media: The unit shall be capable of storing captured data on MicroSD card (max 2GB). Recording Capacity: The unit shall be capable of recording and storing both still images and video. Still image recording shall be in JPG format, and video image recording shall be in AVI MPEG format. Play Functions: The unit shall be capable of displaying still images (thumbnail display (9 images/page),full screen display) as well as video images with standard playback functions (Play, Pause, Fast forward, and Rewind). Video Output: The unit shall be capable of output of data via NTSC output jack and USB 2.0. Operating Temperature: The unit shall be capable of operation from -20° - 120°F (-30° - 50°C). Power Supply: The unit shall be capable of operating off batteries for a period of at least 1.5 hours. Weight: The base unit shall not weight more than 25 oz including batteries); Container (The borescope case shall be a pelican case or equivalent made of hard rugged plastic. The case shall have a PLACARD list of contents on the inside lid of the container and nameplate with P/N & CAGE). Foreign Object Debris (FOD) Prevention The borescope shall not have any loose components that can cause FOD to the aircraft. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence within 02 weeks after contract award. FOB Destination. Ship unit to: N68335, NAWCAD LKE HWY 547 BLDG 195 (HANGAR 6), LAKEHURST NJ 08733, M/F: MQ-8B, Bob Wagensommer. Inspection and Acceptance at Source. (viii) FAR 52.212-1 Instructions to Offerors – Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1: All offerors competing for award are required to provide a proposal in two volumes: Volume 1 – Price Proposal, Certifications and Representations, Volume 2 – Technical Proposal/Descriptive Literature and Past Performance. The descriptive literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the Salient characteristics stated above. Offeror is also to provide the terms of commercial warranty of at least one year and past performance for the same or similar items. For example: the number of units sold, customer sold to, point of contact and previous Government contracts, if applicable. (ix) FAR 52.212-2, Evaluation – Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) Item Identification and Valuation; 252.211-7003 (xii) Notice of Small Business Set Aside, FAR Clause 52.219-6. (xiii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. (xiv) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 252.232-7003, Electronic Submission of Payment Requests; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xv) Additional requirements. Warranty: The Offeror’s commercial warranty of at least one year shall apply and should be stated in the Technical Proposal/Descriptive Literature. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xvi) Cost proposal and Technical proposal are due by 4:00 p.m. EST, 6 November 2009 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25221ND, Nancy Delaney, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xvii) Name and telephone number of individual to contact for information regarding the solicitation: Nancy Delaney, (732) 323-4478, fax (732) 323-2359, e-mail: Nancy.Delaney@navy.mil. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals. For additional information regarding (xi) Item Identification and Valuation; 252.211-7003, visit the following website: http://www.acq.osd.mil/dpap/UID/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-T-0005/listing.html)
 
Record
SN01985989-W 20091017/091015235011-366c8eafdd637f59eb5578ed04d0d297 (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.