Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

58 -- QPT 50 w/Sony HD 6500 Camera & Equipment - Package #1

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AF4107B001
 
Point of Contact
Steven Winner, Phone: (661) 277-7707, Jeffory L. Mohan, Phone: 6612778801
 
E-Mail Address
steven.winner.1@us..af.mil, jeffory.mohan@us.af.mil
(steven.winner.1@us..af.mil, jeffory.mohan@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QPT 50 w/Sony HD 6500 Camera, Controller Joystick, & Port A HD-SDI Cable Combined Synopsis/Solicitation - F1S0AF4107B001 THIS IS A BRAND NAME OR EQUAL ACQUISITION: This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-74 and DFARs Change Notice (DPN) 20140624. NAICS is 334220 with a small business size standard of 750 employees. This acquisition is a BRAND NAME OR EQUAL acquisition and is a 100% small business set-aside. The Air Force Test Center (AFTC), at Edwards AFB, CA is soliciting for a QPT-50 w/Sony 6500 Hd Camera, P/N CP-13-085; Unicom LT-Ruggedized Controller Joystick, P/N CLT-1000R; Port A HD-SDI Cable, P/N CP-13-085-2 as follows: Minimum Salient Characteristics Band Name or Characteristic Minimally Acceptable Or Equal Criteria Quantity QPT-50 w/Sony 6500 Hd Camera, P/N CP-13-085 QPT-501CS, Housing, Stepper Motors, 435 degrees pan rotation, 24VDC, 43 Pin-25 Shell base, 26 SOC/16 Shell Tilt-A Egress, 9,000 line encoders, Serial, IP, Pelco D, Heater Two (2) Each Unicom LT-Ruggedized Controller Joystick, P/N CLT-1000R Ruggedized Controller contained in a metal housing. Two (2) Each Port A HD-SDI Cable, P/N CP-13-085-2 Color: Flat Black Only Two (2) Each Additional Minimum Salient Characteristics • Required Pan/Tilt/Zoom System • Capable of holding 50 lbs. or more on the pan and tilt head (total payload weight, required due to aircraft G loading, and additional equipment to be added). • In addition to the camera, provide room for other equipment, such as a range finder (requiring a 5x3.5 inch area), to be installed on the platform. • Provide variable pan rotational velocity in the range of 1 - 20 degrees per second and tilt rate of.3 - 7 degrees per second or better. • Utilize close loop control (with repeatability of 0.25 deg.). • Operate at temperatures down to -30C, and above 50C. • Provide adjustable hard and soft limits for each rotational axis. • Provide both RS422 serial and IP over 10/100 Ethernet control inputs. • Make use of Pelco "D" control protocol. • Have a square pedestal bolt pattern of 3.36 x 3.36 inches with 0.4 inch holes. • Maximum head and table dimensions of less than 10.5 wide x 8 inches deep. • Table top to pedestal bottom distance of 10.5 ±.5 inches. • Provide five or more positional preset memories. • HD-SDI video output at 1080p/29.97 or 1080i/59.94 (configurable). • Proportional speed controlled, variable optical zoom of 20x or more. • Minimum illumination of 0.5 lux or better. • Variable electronic shutter ranging between ¼ to 1/10000 s. • Auto and manual focus option. • Proportional control joystick for pan and tilt. Must also provide manual zoom, focus, and iris control. Delivery: 4 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). 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, price and other factors considered. The following factors shall be used to evaluate offers: i. Price ii. Technical capability of the item offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Clause 52.211-06, Brand Name or Equal Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: Clause 52.219-6(c)(1)&(2) Offers are solicited only from small business concerns Clause 52.222-26, Equal Opportunity; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations; Clause 252.211-7003 Item Identification & Valuation Clause 252.223-7008 Prohibition of Hexavalent Chrome Cr+6. Clause 252.225-7001 - Buy American Act; Clause 252.232-7010. Levies on Contract Payments; Clause 252.244-7000 Acquisition of Commercial Items. Clause 252.247-7023 Alt III Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials; Clause 5352.201-910, Ombudsman; The following factor shall be used to evaluate offers: Lowest price technically acceptable offer, technically acceptable is meeting all minimum salient characteristics. Offeror's are instructed to complete the provision DFARS 252.209-7994, as attached, IN FULL TEXT. This must be returned with the offeror's quote. Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than August 4, 2014 at 3:30 pm PST. E-mail address: steven.winner.1@us.af.mil. Phone: 661-277-7707, Fax: 661-277-0470.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF4107B001/listing.html)
 
Place of Performance
Address: AFTC/PZIEA, 5 South Wolfe Avenue, Bldg. 2800, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN03424389-W 20140716/140715000152-7ece83bc3847e6474a6c448a587ac919 (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.