Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

66 -- The U.S. Army CECOM Contracting Center intends to award a Firm-Fixed Price (FFP) type contract for the following item(s) IAW the Letter of Offer and Acceptance (LOA) titled SW-B-WAC

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-10-R-H230
 
Response Due
7/31/2010
 
Archive Date
9/29/2010
 
Point of Contact
Shanin Johnson, 410-417-0047
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(shanin.s.johnson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Commercial export ATS-5000 Medium Thermal Weapon Sight 12 each Commercial export CS-6000 Crew Served Thermal Weapon Sight 12 each Commercial export SU-232/PAS Clip-On Night Vision Thermal 12 each Salient Characteristics: CLIN001: Commercial Export ATS-5000 Medium Thermal Weapon Sight, including the following: 62mm Lens Standard, Soft Carrying Case, Hard Carrying Case, Operators Manual, Lens Cleaning Kit, L-91 Batteries (6), and Weapon Mount. Salient Characteristics: Focal Plane Array Material & Structure: Vanadium Oxide Microbolometer Pixel Count (Resolution): 640 x 480, 25 micron pitch Video Refresh Rate: 30 Hz Spectral Response: 8 - 12 microns Thermal Sensitivity: less than 50 mK Thermal Imaging Performance Start-up Time: 4 seconds Range To Detect Human Activity: 1100 meters Infrared Polarity: black/white hot Optics FOV: 18 degrees, 6 degrees w/e-zoom Video: Viewfinder Display: automated gray scale optimization gray scale, green scale, red scale Camera Digital Zoom: 3x Power: Power Source: 6-L91 tactical batteries Operating Time: 18 hours Environmental Characteristics: Operating Temperature: -40 degrees Celsius to 49 degrees Celsius Physical Characteristics: Size (inches): 13.5 x 3.5 x 4.75 Weight 2.8 pounds CLIN002: Commercial Export CS6000 Crew Served Thermal Weapon Sight includes the following: Soft Case, Hard Case, Operators Manual, ARMS 62 Quick Release Mount and Spacer, Quick Reference Card, (2) Battery Cassettes, (12) AA Lithium Batteries, and Lens Cleaning Kit. Salient Characteristics: Focal Plane Array: Material & Structure VOx Microbolometer Pixel Count (Resolution) 640 x 480, 25 micron pitch Video Refresh Rate 30 Hz Spectral Response 8 - 12 m Thermal Sensitivity less than 50 mK Thermal Imaging Performance: Start-up Time 4 sec Range To Detect Human Activity 2200 meters Infrared Polarity black hot / white hot Optics FOV (H X V) 9 x 6.9 / e-zoom: 3 x 2.3 Video: Viewfinder Display Gray scale, green scale, red scale Output LCD and RS-170 Camera Digital Zoom 3X Reticles M16/M4, M2, Mk19, M24, M107 Power: Power Source 6 AA batteries (lithium) Operating Time -34.6 F 4.5 hours / 4 hours (Emergency Mode) 77 F 8 hours / 6.5 hours (Emergency Mode) 120.2 F 8 hours / 6.5 hours (Emergency Mode) Environmental Characteristics: Operating Temperature -40F to +120.2F (-40C to +49C) Physical Characteristics: Size (inches) 16 x 4.25 x 5.5 including spacer & rail grabber Weight 3 pounds, 8 ounces full battery pack, rail grabber w/spacer CLIN003: Commercial Export SU-232 PAS Close Quarter Short Range Thermal Battle Sight includes the following: Soft Carrying Case, Operators Manual, Quick Reference Guide, Lens Cleaning Kit, Hooded Aperture, Eyecup Assembly, Lithium Battery 3.0V 123A Format, Video-Out Cable, Night Vision Spectrum Filter, and Clip-on Night Vision Device Thermal (CNVD). Salient Characteristics: Dimensions: 6 L x 2.7 W x 3.3 H Weight: 21 oz. w/Batteries Battery Type: (4) 3-volt Lithium Battery Life: 8.5 hours Field of View: 25 degree diagonal Magnification: 1X with 2X digital zoom Focus Range: 1m to infinity Frame Rate: 60 Hz Detection Range: 600m (stationary man) BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest price technically acceptable, responsive proposal, and is deemed acceptable and responsible by the Contracting Officer. The Offerors must submit a proposal on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.202-1, (IF00359) Definitions; FAR 52.204-4 (IF00013) Printed or Copied Double-Sided on Recycles Paper; FAR 52.225-13 (IF00133) Restrictions on Certain Foreign Purchases; FAR 52.212-1, (LF00007) Instructions to Offerors - Commercial Items); FAR 52.212-3, (KF70008) Offeror Representations and Certifications Commercial Items; FAR 52.212-4, (IF00028) Contract Terms and Conditions Commercial Items; FAR 52.212-5, (IF60010) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: (1) 52.233-2, Service of Protest, (2) 52.233-4, Applicable Law for Breach of Contract Claim, (6) 52.219-6 Notice of Total Small Business Set Aside,(8) 52.219-8 Utilization of Small Business Concerns, (25) 52.222-50 Combating Trafficking in Persons, (29) 52.225-1 Buy American Act--Supplies AND (37) 52.232-33 Trade Agreements; FAR 52.217-4 (FM00004) Evaluation of Options Exercised at Time of Contract Award; FAR 52.217-7 (IF60153) Option for Increased Quantity Separately Priced Line Item; FAR 52.222-22, (KF70019) Previous Contracts and Compliance Reports; FAR 52.222-37, (IF00112) Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.223-11, Ozone-Depleting Substances; FAR 52.227-1, (IF00136) Authorization and Consent; FAR 52.227-2, (IF00140) Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.227-3, (IF00141) Patent Indemnity; FAR 52.227-6, (KF70028) Royalty Information; FAR 52.227-9, (IF00144) Refund of Royalties; FAR 52.232-33, (IF00191) Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.233-1, (IF00194) Disputes; FAR 52.246-2, (EF00001) Contractor Inspection Requirements; FAR 52.247-29, (FF00006) F.O.B. Origin; FAR 52.243-1, (IF00237) Changes Fixed Price (Supplies); DFAR 252-212-7000 (KA70002) Offeror Representations and Certifications Commercial Items; FAR 52.204-7, (IA00005) Central Contract Registration (for Certifications and Representations) FAR 52.246-2, (EF00001) Inspection of SuppliesFixed Price; FAR 52.246-16, (EF00019) Responsibility for Supplies; DFARS 252.212-7001, (IA60001) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: 52.203-3 Gratuities, 252.205-7000 Provision of Information to Cooperative Agreement Holders, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7021 Trade Agreements, 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronics Submission of Payment Requests and Receiving Reports, 252.243-7002 Request for Equitable Adjustments, 252.247-7023 Transportation by Sea; DFAR 252.211-7003, (FA60001) Item Identification and Valuation; FAR 52.242-13, (IF00235) Bankruptcy; FAR 52.249-1 (IF00320) Termination for Convenience of the Government (Firm Fixed) (Short Form); FAR 52.249-8, (IF00336) Default (Short Form); DFARS 252.203-7001, (IA00267) Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies; DFARS 252.204-7000, (IA00268) Disclosure of Information; DFARS 252.204-7003, (IA00269) Control of Government Personnel Work Product; DFARS 252.204-7008, (IA00279) Requirements for Contracts Involving Export-Controlled Items; DFARS 252.227-7015, (IA00080) Technical DataCommercial Items; DFARS 252.227-7016, (IA00081) Rights in Bid or Proposal Information (JUNE 1995); DFARS 252.227-7017, (KA00005) Identification and Assertion of Use, Release or Disclosure Restrictions (JUNE 1995); DFARS 252.227-7018, (IA 00082) Rights in Noncommercial Technical Data and Computer Software Small Business Innovation Research Program; DFARS 252.227-7019, (IA00084) Validation of Asserted Restrictions, DFARS 252.227-7027, (IA00091) Deferred Ordering of Technical Data or Computer Software; DFARS 252.227-7028, (KA00006) Technical Data or Computer Software Previously Delivered to the Government; DFARS 252.227-7030, (IA00092) Technical Data-Withholding of Payment; DFARS 252.243-7001, (IA00147) Pricing of Contract Modifications; DFARS 252.209-7001, (KA00001) Disclosure of Ownership or Control by the Government of a Terrorist Country; FAR 52.204-7, (IF00014) Required Central Contract Registration; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7002 (IA00047), Qualifying Country Sources as Subcontractor; FAR 52.225-13 (IF00133) Restriction on Certain Foreign Purchases; DFARS 252.232-7003 (IA0115), Electronic Submission of Payment Requests and Receiving Reports. The following clauses are local CECOM Contracting Center Army Contracting Command clauses and the Contractor may request a copy from the Contract Specialist, if needed: 52.6106, (AS6106) Notice: Solicitation Ombudsman; 52.6307, (AS6307) Executive Summary; 52.7043, (DS7043) Standard Practice for Commercial Packaging; 52.6026, (GS7026) FOB Origin Shipping Instructions Transportation Account Codes (TACS) and Long Line of Accounting (LOA); 52.7050, (GS7050) Administrative Data/Instructions to the Paying Office; 52.6110, (HS6110) Mandatory Use of Contractor to Government Electronic Mail; 52.7025, (FS7025) Verification of Ship to and/or Notice of Availability address for FMS; 52.6205, (LS6207) Price Support; 52.7251, (KS7251) AMC-Level Protest Program; 52.7358, (HS7358) Transportation Foreign Military Sale (DCMC Administered); 52.6076, (GS7076) Army Electronic Invoicing; 52.7300, (MS7300) Treatment of Duties in the Evaluating of Bids/Offers; 52.0851, Central Contractor Registration; 52.6149, (LS6149) Electronic Submission of Bids on IBOP; 52.7027, (GS7027) Place of Performance and Shipping Point. Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html The offeror must be registered in the Central Contractor Registration (CCR) database prior to award. The offeror may register in CCR at http://www.ccr.gov. The U.S. Army CECOM Life Cycle Management Command (CECOM LCMC) has established the Interactive Business Opportunities Page (IBOP) website as part of the Armys Single Face to Industry (ASFI), to allow electronic posting of Solicitations for Request for Proposals (RFP) and Invitations for Bids (IFB) from CECOM Contracting Center to Industry. All parties who are interested in doing business with CECOM Contracting Center are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. You may access potential CECOM Contracting Center Business Opportunities by selecting CECOM - 2010. Registration guidance for the IBOP website is provided under User Services at the User Registration link. For technical related issues unrelated to registration, call 732-427-1663 or 410-306-3480. This announcement has been posted to the IBOP under Solicitation No. W15P7T-10-R-H230. The offeror shall submit their proposal via the IBOP by close of business (COB) at 04:30 PM Eastern Time-U.S. on 31 July 2010. Questions and or concerns regarding this synopsis/solicitation shall be directed to Shanin Johnson, Contract Specialist at 410-417-0047 or email at Shanin.S.Johnson@us.army.mil. The Contracting Officer for this acquisition is Richard Newberg and may be contacted at 410-417-0045 or email at Richard.M.Newberg@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2fb3dc22892d58c23468be65675ec0a)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02211964-W 20100722/100720235455-c2fb3dc22892d58c23468be65675ec0a (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.