Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

67 -- Aircraft Aerial Video System

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R11T1083
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Kimberly Ross, 928-328-3314
 
E-Mail Address
MICC Center - Yuma Proving Ground
(kimberly.ross3@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. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 Effective 04 Aug 2011 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20110819 (Effective 19 August 2011) Edition. This solicitation is being issued as a Request for Quotation (RFQ) under Solicitation Number W9124R-11-T-1083. The solicitation is issued on an unrestricted basis. The North American Industry Classification System (NAICS) code is 333315 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Competition is for a Firm Fixed Price (FFP) contract. It is anticipated that payment will be made by Wide Area Workflow (WAWF). Offerors shall account for any costs associated with accepting payment. Quotes are being solicited on a Lowest Price Technically Acceptable (LPTA) Brand Name or Equal basis in accordance with FAR 13.106-1(b)(1). The manufacturer of the Brand Name or Equal item being solicited is General Dynamics Advanced Information Systems, Inc., 14150 Newbrook Dr Ste 300, Chantilly, VA 20151-2274. Pursuant to FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Pursuant to FAR 52.211-6 Brand Name or Equal, to be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation. Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed items meets or exceeds all of the minimum salient characteristics. This requirement is to provide a turn-key Aircraft Aerial Video System configured of standard commercial off the shelf items and shall meet or exceed the following specifications: The items must meet or exceed the following specifications: Axsys Technologies/General Dynamics V14 HD Gyro Stabilizer, Stabilized Airborne Camera System: Quantity: 1 The Camera shall be compatible with the UH-1H Helicopter aircraft mount. 5-axis gyro stabilized gimbal camera (Sub-Pixal Stabilization) Video Output one: Full Frame Color High Definition Video (1080/50i, 30P, 25P, 24P, 720/60P, 50P) Video Output Two: SD Color Video (NTSC/PAL) Video Connection Standard: HD-SDI, SD-SDI Sensor: 3-chip 2/3-inch type CCD Sensitivity: F10 at 2000 1x or better Continuous Zoom Lens: Fujinon 42 x 9.7 mm (9.7 mm to 815 mm) Field interchangeable lens system for future expansion Azimuth coverage: 360 degrees Elevation coverage: +20 degrees to -185 degrees Roll coverage: +/- 45 degrees Slew rate: >50 degrees/second Max slew acceleration: 90 degrees/sec2 Gimbal weight: <75 lbs. Power: 28VDC +/- 10%, <180 watts continuous, <250 watts transient Operational environment: 0 degrees to 115 degrees F Geo-pointing: Fixed and data stream of Lat/Long Auto-tracker: Tracking of aircraft, airdrop loads, and ground vehicles Compatible with HD-SDI video inserter for all resolutions Equipment included: Gimbal, Auxiliary Control Box, Laptop Controller, Pistol Controller, required Cabling, and Equipment Storage/Shipment Containers On site System Integration Technical Support: 2 days Warranty: 3 year parts and labor On-site demonstration of system characteristics, including flight on UH-1H Helicopter for proposed equal products. All quotes shall include transportation costs to U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ 85365-9594. This RFQ closes on Monday, 19 September 2011 at 1:00 PM Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number #W9124R-11-T-1083 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than the closing date and time. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 13 September 2011 at 8:00 AM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; (5) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment; and (6) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.209-7, Information Regarding Responsibility Matters (Jan 2011) 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors of Commercial items (Jun 2008) 52.212-3, Offorer Representations and Certifications Commercial Item (May 2011) with Alternate I (Apr 2011) FAR Clauses: 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2011) 52.212-4, Contract Terms and Conditions Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (May 2011) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.232-36, Payment Third Party (Feb 2010) FAR Clauses added by addendum: 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated By Reference (Feb 1998) DFARS Provisions: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005) 252.225-7020, Trade Agreements Certificate (Jan 2005) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) 252.225-7021, Trade Agreements (NOV 2009) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Aug 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) The following Local Clauses also applies: 5152.233-4000, HQ AMC Level Protest Program (Nov 2008) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc9257a8314b297a84a3cd0284c1d160)
 
Place of Performance
Address: MICC - Yuma Proving Ground 301 C Street BLDG 2364 RM 101 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02568228-W 20110910/110909001239-bc9257a8314b297a84a3cd0284c1d160 (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.