Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

58 -- IR Sensor

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-Q-0260
 
Archive Date
6/9/2010
 
Point of Contact
Jacquelyn Benedict, Phone: 315-330-3270
 
E-Mail Address
Jacquelyn.Benedict@rl.af.mil
(Jacquelyn.Benedict@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0260 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100507. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set aside under NAICS code 334413 and the small business size standard is 500 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: IR Sensor QTY: 2 Mfg. P/N: Sensors Unlimited, SU320KTX-1.7RT/RS170 (8000-0186) or Equal Specifications: -320 x 240 Pixel InGaAs Focal Plane Array (40 um Pixel Pitch) in KT Platform with RS170 analog output -Response: 0.9 - 1.7 um -12 bit Camera Link digital output -External Trigger (3 settings) -16 Preset operational settings with ability to toggle on/off factory stored corrections -Daylight-Lowlight Configuration -AGC -Image Enhancement Mode -Power supply, 2-SMA to BNC Cables, Manual, Camera configuration files for the NI PCI-1428 frame grabber (Item 2 below), and SUI Image Analysis Freeware; packaged in a Pelican Case. - Includes P/N 8000-0372 (or equal) SOLO 50 Lens Assembly Kit for KT; 50mm, f/1.4 SWIR optimized lens assembly (threaded focus and fixed aperture) and KT lens adapter. Item 2: Frame Grabber QTY: 2 Mfg. P/N: Sensors Unlimited, SUA-1428-MDR-SDR or Equal Specifications: Frame Grabber for KT Platform; Image Pack includes National Instruments PCI-1428 Camera Link frame grabber board and MDR-SDR Camera Link cable. Note: Offerors proposing equivalent products shall meet or exceed the minimum essential requirements identified above. Specify the warranty term and include shipping FOB Destination in the total price. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM, ET, 25 May 2010. Submit to: AFRL/RIKO, Attn: Jacquelyn Benedict, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Jacquelyn.Benedict@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered if equivalent products are proposed. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price, Past Performance and Technical Capability; all factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009), ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEC 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.227-7015, Technical Data--Commercial Items (NOV 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.247-7023, Alt III, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FAR, DFARS and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal (AUG 1999) 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JAN 2009) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-A7 to this effort. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0260/listing.html)
 
Record
SN02145928-W 20100513/100511234704-5ee338e0de33dedc400ebd0c9aab7693 (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.