Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

58 -- FLIR SYSTEMS RS6702 RADIOMETRY & TRACKING SYSTEM - BRAND NAME JUSTIFICATION

Notice Date
4/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002800926600
 
Archive Date
5/22/2010
 
Point of Contact
Susan M. Madrid, Phone: 951-413-2371, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
susan.madrid@dma.mil, susan.madrid@dma.mil
(susan.madrid@dma.mil, susan.madrid@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification COMBINED SYNOPSIS/SOLICITATION FLIR Systems RS6702 Dual Purpose Radiometry and Tracking System 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 announcement constitutes the only solicitation; a written solicitation will not be issued. The items requested herein are brand name items, no substitutions will be accepted. Brand name justification is attached hereto. This procurement is in support of HQ Air Force Space Command, 30 Space Communications Squadron, Vandenberg AFB CA. Solicitation/synopsis reference number HQ002800926600 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 dated 22 Apr 2010 and DFARS Change Notice 20100408. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008) (a)Re para (a): NAICS 334511; this requirement is unrestricted, Size Standard 750. (b)Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all requirements in CLINs 0001-0005 descriptions, as shown below. (3)QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME, 7 May 2010 IN ORDER TO BE CONSIDERED. Quotations may be emailed to susan.madrid@dma.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (AUG 2009) with Alt 1 (APR 2002) or indication that reps and certs are in ORCA. CLIN 0001: QTY: 1 EACH NOUN: CAMERA DESCRIPTION: MULTI-APPLICATION INFRARED CAMERA SYSTEM; RANGE TRACKING AND TARGET SIGNATURE APPLICATIONS; 3-5 MM 640X512 INSB FOCAL PLANE ARRAY; GIGABIT ETHERNET AND CAMERA LINK DIGITAL VIDEO; INTEGRATED DUAL FIELD OF VIEW OPTICS WITH FAST FOCUS AUTOFOCUS; IRIG-B TIME STAMPING; IMAGING HEAD; POWER SUPPLY;CAT 6 ETHERNET CABLE (SEALED); BNC VIDEO CABLE; MULTI-MODE FIBER CABLE; AUX2 BREAKOUT CABLE;FIBER TO CAMERA LINK CONVERTER; CAMERA CONTROL SOFTWARE & DRIVERS; TRANSIT CAMERA CASE; OPERATING MANUAL; 150/750MM F4 3.0-5.0 UM LENS; THE RS6700 FEATURES A HIGH SPEED 50 MEGAPIXEL CLOCK THAT STREAMS 14-BIT DIGITAL DATA AT 125HZ FULL FRAME; CAN ADJUST THE OUTPUT FRAME RATE OF THE RS6700 FROM 0.0015HZ TO THE MAXIMUM FRAME RATE AT A GIVEN WINDOW SIZE AND INTEGRATION TIME WITH BETTER THAN 0.1HZ RESOLUTION. Manufacturer: FLIR SYSTEMS, INC. P/N: 26052-212 Model: RS6702 CLIN 0002: QTY: 1 EACH NOUN: LENS DESCRIPTION: TRIPLE FIELD OF VIEW LENS; 50MM/250MM/500MM AT F 4.0; MUST BE COMPATIBLE WITH FLIR RS6702 CAMERA. Manufacturer: FLIR SYSTEMS, INC. P/N: 26509-200 CLIN 0003: QTY: 1 EACH NOUN: RECORDER DESCRIPTION: RTOOLS HIGH SPEED DATA RECORDER (HSDR BASE SAS); CHEETAH DRIVES; RECORDING AT 100MB PER SECOND; 1 HOUR RECORDING AT MAX FRAME RATE; GIGABIT ETHERNET LAN COMPATIBLE; REMOTE START CAPABILITY; NO DROPPED FRAMES AT MAX RATE AND SEQUENCE LENGTH; SIMULTANEOUS REAL-TIME IMAGE DISPLAY/MAX FRAME RATE CAPTURE; ALL REMOVABLE HARD DRIVE FOR SECURE APPLICATIONS; STANDARD 19 IN RACK MOUNT FOR FACTOR. Manufacturer: FLIR SYSTEMS, INC. P/N: 24244-201 CLIN 0004: QTY: 4 EACH NOUN: ACCESSORY KIT CAMERA DESCRIPTION: CAMERA LINK FULL FIBER KIT C/O: 2 30M RUNS OF FIBER CABLE; 4 POWER SUPPLY MODULES FOR SC8000 REIMAGER; FOR USE WITH FLIR RS6702 CAMERA. Manufacturer: FLIR SYSTEMS, INC. P/N: NVL10-005 CLIN 0005: QTY: 1 EACH NOUN: CAMERA DESCRIPTION: 3.0-5.0 MICRON 1 METER REIMAGER; HIGH-SPEED; HIGH- RESOLUTION SCIENCE GRADE CAMERAS PROVIDE GIGABIT ETHERNET; CAMERA LINK AND USB INTERFACES FOR MAXIMUM FLEXIBILITY AND PERFORMANCE; SIMULTANEOUS DIGITAL AND ANALOG OUTPUTS; AVAILABLE IN MULTIPLE WAVEBANDS; DETECTOR RESOLUTIONS AND LENS CONFIGURATIONS; FAST FRAME RATES; ADJUSTABLE AND TRIGGERED INTEGRATION TIMES; ALLOW YOU TO CAPTURE FAST MOVING OBJECTS AND THOSE WITH RAPIDLY CHANGING TEMPERATURES; 1024X1024 RESOLUTION; PRESET SEQEUNCING AND SUPERFRAMING MODES. Manufacturer: FLIR SYSTEMS, INC. P/N: 25333-001 Model: SC8000 DELIVERY: FOB Destination 30 days after receipt of order, or sooner, to: 30 LRS LGRDDC BLDG. 5500 2010 NEW MEXICO AVENUE VANDENBERG AFB, CA 93437 The Government will issue an order to the responsible quote; with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses, which may be accessed electronically at https://www.acquisition.gov/far/index.html: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (FEB 2010) FAR 52.219-8 (Utilization of Small Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds Transfer--Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2004), will be included. The Government reserves the right to make multiple awards if, after considering the additional administrative cost, it is in the Government’s best interest to do so. All items must be quoted FOB Destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002800926600/listing.html)
 
Place of Performance
Address: 23755 Z. STREET, RIVERSIDE, California, 92518, United States
Zip Code: 92518
 
Record
SN02131013-W 20100425/100423235630-aa8e307836f6fff94aa123aee469c1ff (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.