Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
MODIFICATION

67 -- Mid-Wave Infrared (MWIR) Imagining System - Combo Synopsis Solicitation for Commercial Purchases

Notice Date
6/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0155
 
Archive Date
6/24/2016
 
Point of Contact
Ariel M. Amey, Phone: 3013941081
 
E-Mail Address
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combo Synopsis Solicitation for Commercial Purchases (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-16-T-0155. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 effective 07 March 2016. (iv) This acquisition is set-aside for N/A - Unrestricted. The small business size standard is N/A. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity one (1) Mid-Wave Infrared (MWIR) Imaging System CLIN 0002: Shipping Costs to US Army Research Laboratory White Sands Missile Range, NM 88002-5501 (vi) Description of requirements: The Army Research Laboratory (ARL) Survivability/Lethality Analysis Directorate (SLAD) has a requirement for a scientific grade mid-wave infrared (MWIR) imager. The MWIR imager will be used to make calibrated radiometric measurements of targets of interest to the ARL. The Contractor shall provide one (1) MWIR imager that meets the following minimum requirements: • The imager shall utilize a focal plane array (FPA) of minimum size 640 pixels (horizontal) by 512 pixels (vertical) • The FPA pixels shall be fabricated from indium antimonide (InSb) and have a pixel pitch of 24 micrometers (µm) or smaller • The FPA shall be mounted in a pour filled liquid nitrogen dewar and the dewar shall include a system for mounting removable cold apertures and optical bandpass filters in front of the FPA • The imager shall be furnished with two (2) cold shields, one to match the imager to f/2.3 optics and one to match the imager with f/4 optics • The FPA shall operate in the snapshot integration mode • The spectral response of the imager shall be a minimum of 1 to 5.2 µm • The imager shall be capable of acquiring images at a rate of at least 475 frames per second (FPS) at the 640 x 512 window size • The imager shall include the ability to set the FPA region of interest to a smaller window size • The imager shall include the ability to set the integration time of the FPA • The dynamic range of the imager shall be 14-bit and shall include the option to set the dynamic range to 13-bits in order to increase the frame rate • An adapter for mounting Janos Asio bayonet mount lenses to the imager shall be included • A four (4) position filter wheel shall be included with the imager and the filter wheel shall accept one (1) inch diameter optical filters of thickness one (1) mm. The filter wheel shall include an arrangement such that the filters are cooled • The dewar shall include a base plate for mounting the camera on a tripod and the base plate shall have unthreaded pass through holes in the corner and a threaded ¼-20 inch hole in the middle • A software development kit (SDK) shall be included with the imager to facilitate development of a data acquisition system (DAS) for acquiring imagery data • The imager shall include a capability for time tagging every frame of acquired imagery with an IRIG-B signal • The imager shall include Camera Link connectors for connection to and communication with a DAS • The supplied imager shall have all necessary operator's manual(s) • The supplied imager shall have a minimum sixty (60) day warranty (vii) Delivery is required by twelve (12) weeks After Date of Contract (ADC). Delivery shall be made to U.S. Army Research Laboratory, White Sands Missile Range, NM 88002-5501. Acceptance shall be performed at the Government. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013); 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015); 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013); 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2015); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015); 52.212-3 ALT I OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015) ALT I (OCT 2014); 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015); 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014); 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 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 (JUL 2014); 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015); 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (OCT 2015); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013);52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013); 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015); 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015); 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012); 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002); (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); APG-ADL-B.5152.204- 4409 ACC - APG POINT OF CONTACT (APR 2011), APG-AD;-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002), APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999), APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999), APG-ADLG. 5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999), APG-ADL-H.5152.211-4401AT RECEIVING ROOM REQUIREMENTS - WSMR ALTERNATE II (JAN 2005); APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (FEB 2012) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: None (xvi) Offers are due on 09 June 2016, by 11:00 am Eastern Standard Time (EST) via email to ariel.m.amey.civ@mail.mil (xvii) For information regarding this solicitation, please contact Ariel Amey, 301-394-1081, ariel.m.amey.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e27db55df34c7edf435f6bc73673d08)
 
Place of Performance
Address: U.S. Army Research Laboratory, White Sands, New Mexico, 88002, United States
Zip Code: 88002
 
Record
SN04134712-W 20160603/160601234859-5e27db55df34c7edf435f6bc73673d08 (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.