Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2003 FBO #0631
SOLICITATION NOTICE

67 -- RFQ FOR INTENSIFIED CAMERA AND ACCESSORIES, BRAND NAME OR EQUAL

Notice Date
8/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
DAAD17-03-T-0150
 
Response Due
9/9/2003
 
Archive Date
11/8/2003
 
Point of Contact
Gregory Davies, 410-278-6809
 
E-Mail Address
US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(gdavies@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The Army Research Laboratory, Aberdeen Proving Ground, MD is plans to buy one (1) each Intensified Camera and accessories on a Brand Name or Equal basis. Provide firm price quotes for: 1 ea. Princeton Instruments intensified camera, PIMAX 1K-SB, model # 8109-0008, 1 ea. PIMAX F-mount adapter p/n 7389-0002 and Spec-Mount p/n 7389-0003, P43 Phosphor, 1 ea. Princeton Dual Speed camera controller p/n 7438-0002-ST133A, 1 ea. Princeton PC/PCI board with 10 foot cable p/n 7323-0001, 1 ea. WinView/32 PIMAX p/n 44 12-0046 and WinSpec/32 PIMAX p/n 4412-0048, 1 ea. Nikon 105mm lens p/n 3700-0152, 1 ea. Standard Research digital delay pulse generator p/n DG535, 1 ea. Princeton Instruments timing cable, p/n DG535-PIMAX, 1 ea. IEEE PCI card p/n GPIB-PCI. The Government w ill be purchasing this equipment as a Brand Name or Equal type of proposal, with the product features and salient characteristics identified herein. (See FAR Clause 52.211-6, Brand Name or Equal (8/99.) The contract will be firm-fixed price. The anticipate d award date is September 2003. This action is a Small Business Set-Aside. The business size for this SIC is 100. The NAICS code for this action is 423410; the SIC code is 5043. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 action is i ssued as a request for proposal (RFP). The solicitation number is DAAD17-03-T-0150. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. This purchase will be made under the test procedures for the procurement of commercial items under the authority of FAR 13.5. ARLs technical requirements are based on the brand name Princeton Instruments Intensified Camera. The product features and salient characteristics for this brand name item are as follows: 1024x1024 pixels array. Spectral range: 200- 850 nm with photo cathode quantum efficiency greater than 18% at 220 nm. Pulse gate width less than 2 ns. Thermoelectric cooling; Sealed operation: no N2 purge required. Built-in HV pul ser. Must be compatible with existing Princeton Instruments Cameras currently in use within the laboratory. Must image flames and plasmas and record laser-induced fluoresce spectra. The technical POC for this requirement is: Rosario Sausa, AMSRL-WM-MA, APG, MD, Tel: 410-306-0660, Email: sausa@arl.army.mil The acceptance and FOB point is Destination. Delivery shall be made to U.S. Army Research Laboratory, ATTN: AMSRL-WMMA, Bldg. 434, Aberdeen Proving Ground, MD 21005-5001. Final acceptance of this system will be made only after unit is assembled, tested, and found compliant by the Government end user. Evaluation Criteria: Timely proposals will be evaluated in accordance with FAR 52.212-2, Evaluation Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitat ion will be most advantageous to the Government, price and other factors considered. Contracting Officer shall make a best value award decision based on the following evaluation factors: Technical approach of the item Brand Name or Equals offered to meet the Governments requirements; Price; and Delivery Schedule, in descending order of importance. Technical approach is more important, when compared to price. Delivery schedules are importan t to the Government and will be evaluated separately, but will be given a lower importance than price. The Government will award a contract to the offeror whose offer conforms to the specifications that match the identified brand name and the stated produc t salient characteristics outlined herein. The Government will make an award that will result in a contract most advantageous to the Government, price and other factors considered. Prices must be furnished as firm fixed price and will include a price for installation and all stated accessories listed above. The Government reserves the right to make an award withou t discussions. The technical evaluation will be a determination of the offeror’s ability to deliver a complete Intensified Camera System that meets the stated specifications and shall be based on information furnished by the offeror. The government is not responsible for locating or securing any information that is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the Government to determi ne whether the product(s) meets technical requirements. Technical capability is more important than price, and the contracting officer may make award to other than the lowest priced offeror. The Government reserves the right to make an award without discus sions. Offerors shall include a completed and signed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2001) with its offer. The clause DFARS 252.212-7000 (JUL 1997), Offeror Representations and Certificatio ns, applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Com mercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222 -26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation with A uthorities; FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999), DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.225-7001, Buy America Act and Balance of Payments Program, DFARS 252.227-7015, Technical Data-Commercial Ite ms (NOV 1995); DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999). Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. Propo sals are due at 1600 EST, September 9, 2003, via email to RMAC-Adelphi@arl.army.mil. Offerors must cite the solicitation number in the subject line. Proposals received after this date and time will be considered non-responsive. The point of contact for this solicitation is Mr. Joe Bowers, telephone 410-278-6515; email ajbowers@arl.army.mil. The mailing address for the Contracting Officer is U.S. Army Research Laboratories, Aberdeen Branch, Bldg. 434, Suite 202, AMSSB-ACC-AA, Greg Davies, Aberdeen Proving Ground, MD 21005.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD17/DAAD17-03-T-0150/listing.html)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Contracting ATTN: Shipping & Receiving, Bldg 434 Aberdeen Proving Gro MD
Zip Code: 21005
Country: US
 
Record
SN00408270-F 20030822/030820224947 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.