|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB
OH 45433-5309 66 -- HIGH PERFORMANCE THERMAL IMAGING SYSTEM SOL F33601-97-T-0071 POC
For Copy, ASC/PKWO, ATTN: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH
45433-5309, POC: T. Hayes/PKWOCA/937-257-5852, FAX No (937) 257-3926.
Wright-Patterson Air Force Base, Ohio has a requirement for a high
performance thermal imaging system. 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 consitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. Solicitation number F33601-97-T-0071
is a request for quotation (RFQ). This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-40. This is a small business set-aside
procurement. The associated Standard Industrial Code (SIC) for this
procurement is 3826, and the small business size standard is 500
employees. There is one line item for a high performance thermal
imaging system. Description: The requirement is for an Inframetrics
Model 760 or equivalent. The Model 760 includes a lightweight portable
scanner and a full function control electronics unit. The control unit
includes an integral four inch color LCD display that retracts into the
chassis when not in use. The control electronic unit also includes a
digital image recorder. The digital image recorder allows the user to
store up to 25 full frame images that can be recalled and analyzed
later using any one of six 760 measurement modes. The 760 uses the
industry standard (TIFF) file format for image storage to facilitate
interface with software programs commonly used for report writing. The
minimum Government requirements are: Shall have internal dual resonant
scanning system, shall have microcooler to eliminate liquid nitrogen
for cooling, shall have a temperature measurement capability of min.
-20 degrees Celcius to max. 1500 degrees Celcius, shall have a thermal
resolution of 0.05 degrees Celcius with real time averaging, shall
store data in standard (TIFF) format, shall have a spectral range of
min. 8 micrometers to max. 12 micrometers, shall have a min. image
field rate of 60 Hz, shall have a focus range of min. 4.7'' to max.
infinity, and shall have real time frame averaging capability (max. 16
frames). In addition, the contractor shall provide a standard
commercial warranty of one (1) year; shall supply two (2) sets of
commercial off the shelf operation and maintenance manuals, to be
delivered with the equipment; and shall supply training for one
technician on system operation. Offerors who propose an equivalent item
shall submit literature demonstrating that their system meets the
minimum requirements as stated above and is an equivalent of the
Inframetrics Model 760. Date of delivery is 90 days after receipt of
order; place of delivery and acceptance is Wright-Patterson AFB OH. FOB
Destination. Solicitation provision at FAR 52.212-1, Instructions to
Offerors--Commercial Items (OCT 1995) is hereby incorporated be
reference. FAR 52.212-2, Evaluation--Commercial Items. Evaluation
criteria to be included in paragraph (a) of provision 52.212-2 are as
follows: (1) technical capability of the item offered to meet the
Government requirements; (2) past performance, (3) price; in descending
order of importance. Technical and past performance, when combined, are
more important than price. All offerors are to include with their
offers a completed copy of FAR 52.212-3, Offeror Representations and
Certifications--Commercial Items (available on request). FAR 52.212-4,
Contract Terms and Conditions--Commerical Items (OCT 1995) is hereby
incorporated by reference. The following addtional FAR clauses which
are cited in clause 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Order--Commercial Items are applicable
to this acquisition: 52.222-26, Equal Opportunity; 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222-36, Affirmative Action for Handicapped Workers; 52.222-37,
Employment Repoert on Special Disabled Veterans and Veterans of the
Vietnam Era; 52.225-3, Buy American Act-Supplies. All offors are due
1600 EST on 26 Nov 96 and must be submitted to ASC/PKWOCA, Attn:
Timothy Hayes, 1940 Allbrook Drive, Ste 3, Wright-Patterson AFB OH
45433-5309, 973-257-5852. Faxed offers will not be accepted. An
Ombudsman has been established for this acquisition. The only purpose
of the Ombudsman is to receive and communicate serious concerns from
potential offerors when an offeror prefers not to use established
channels to communicate his/her concern during the proposal development
phase of this acquisition. Potential offerors should use established
channels to request information, pose questions, and voice concerns
before resorting to use of the Ombudsman. Potential offerors are
invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg
52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at
(513) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns
only. See Numbered Note(s): 1. (0310) Loren Data Corp. http://www.ld.com (SYN# 0350 19961106\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|