Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717

Operational 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