Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2005 FBO #1272
SOLICITATION NOTICE

66 -- Infrared Camera System

Notice Date
5/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
Reference-Number-F1T0EB5111A100
 
Response Due
5/27/2005
 
Archive Date
6/11/2005
 
Description
Eglin AFB, FL, intends to award a Firm-Fixed Price contract to a Small Business Set- Aside. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5. This announcement constitutes the only solicitation. A quotation is being requested, and a written request for quotation will not be issued. The announcement number is F1T0EB5111A100. The North American Industry Classification System (NAICS) code for this acquisition is 333315, with small business standard size 500 employees. Please identify your business size in your response based upon this standard. This requirement is for, CLIN 0001, Camera System, Infrared High Resolution: New or Refurbished: Includes operators manual, rechargeable battreies and charger, hard case, lens cap, hand strap, video cable and 1 year warranty. This infrared camera is brand name or equal to model #SC1000 made by FLIR Systems. TECHNICAL SPECIFICATIONS: Image Performance: FOV (DEG) 16 degree lens, f/1.5, 17 horizontal x 16 vertical; IFOV (w/16 degree lens), 1.2 mrad; Focus Range, 9" to infinity; Camera f/#; Image Update Rate, 60/50 Hz; Video Output Format, 60HZ: RS-170/NTSC, S-Video, 50HZ:CCIR/PAL, S-Video; Image Zoom, 2:1, 4:1; Sensitivity /NETD @ 30C), <0.1 C; Digitizing Resolution, 12 Bits, 4096 Levels, 72 dB; IR Dynamic Range System Noise Level Corrected Uniformity, 16 bits; Detector : Detector, CMOS PtSi 256 x 256 FPA with Variable; Integration; Spectral Band, 3.4 to 5 ?m; Detector Size; Cooling Type, Electric Microcooler; Measurement : Temperature Measurement Range(?C), -10 to 450; Extended Temperature Measurement Range(?C), to 1500?C; Operating Temperature; Cool-down Time; Accuracy, ?2% or 2 ?C; Atmospheric Transmission Corr. Inputs for Distance, Atmospheric Temperature, and Relative Humidity; Operating Modes : B&W/ Color Image, Yes, 256 levels; # Color Palettes, 8; Spot, Movable; Spot Peak Hold, Yes; Isotherm, Variable Bandwidth; Profile, live, on screen; Reverse Polarity, Yes; Cooler Standby, Yes; Features : Auto Temperature Span, Yes; Auto Temperature Range, Yes; Back-Lit Keyboard, Yes; Viewfinder, Color LCD Eyepiece; External Display, 4" Color LCD (optional); PC Digital Storage Card, Yes, 40MB; Image File Format,8 or 12 bit TIFF; Image Analysis from PC Card, Yes; Image Freeze, Yes; 12 Bit Digital Video Output, Yes; Digital Video Interface Card, Included; Remote Control : Remote Focus Control, Yes; Remote Control Software, Included; Environmental/Mechanical : Operating Temp. Range, -15 to +50?C, IEC 359; Storage Temp. Range, -40 to +70?C, IEC 359; Line Voltage/Frequency, 95 - 250V / 47 - 63HZ; Shock Resilience, 70G, IEC 68-2-6; Enclosure/Protection, Metal case, IP54, IEC 359; Battery Power : Standard Camcorder Battery, 2 hr Operation; Optional Battery Belt, 11 hr Operation; Dimensions & Weights : Camera Dimensions, 21 L x 11.4 W x 8.9 H cm; 8.3 L x 4.5 W x 3.5 H in.; Camera Weight, 1.7 kg. / 3.7 lb.; Total Weight- incl. bat, Lens, and Color Viewfinder, 2.7 kg / 6 lb.; TRACER PLUS? THERMAL IMAGING SYSTEM ; Real-time digital data capture on a PC; High resolution images; OLE capability for dynamic integration of data; Full Windows? compatibility; Macros may be used to customize for any particular application; The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 and DFARS Change Notice 20050509, (08/99) 52.211-6, Brand Name or Equal; FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (01/99), 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price, price related factors, specifications, lowest price technically acceptable); (1/05), 52-212-3 Offeror Representations and Certifications- Commercial Items?Offerors must submit a complete copy with their quotes. To request an electronic copy of 52-212-3, E-Mail me at the below e-mail address at Full Text or ORCA; (10/03), 52.212-4 Contract Terms and Conditions- Commercial Items; (1/05), 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, (DEVIATION) sub-clauses that apply; (07/95) 52.203-6 Alt I; (6/03), 52.219-6, Notice of Total Small Set Aside; (10/00) 52.219-8, Utilization of Small Business Concerns; (6/04), 52.222-3, Convict Labor; (06/04), 52.222-19, Child Labor-Cooperation with Authorities and Remedies: (02/99) 52.222-21, Prohibition of Segregated Facilities; (4/02), 52.222-26, Equal Opportunity; (12/01), 52.222-35, Equal Opportunity for Special Disabled Veterens, Veterens of the Vietnam Era, and other Eligble Veterens; (06/98) 52.222-36, Affirmitive Action for Workers with Disabilities; (12/01), 52.222-37,Employment Report on Special Disabled Veterans, (03/2005) 52.225-13, Restrictions on Certain Foreign Purchases; (10/03), 52.232-33, Payment by Electronic Fund (CCR); (08/96) 52.233-3, Protest after Award; (09/04) 52.233-4, Applicable Law for Breach of Contract Claim; (06/88), 52.247-31, FOB Origin Freight Allowed; (11/91), 52.247-34, F.O.B Destination , (02/98) 52.252-2, Clauses Incorporated by Reference; (4/84), 52-252.6, Authorized Deviations; DFARS (01/05) 252.212-7001(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (11/03), 252.204-7004, Alt, Required Central Contractor Registration (CCR); (4/03) 252.225-7001 Buy American Act and Balance of Payment Program; (04/03) 252.225-7002, Qualifying Country Sources as Subcontractors; (1/04), 252-232.7003, Electronic Submission of Payment Report, (3/03), 252-246.7000, Material Inspection Report. (3/03), 252-246-7001Contract terms and conditions required to implement statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. (J2) Wide Area Work Flow DODAAC and Email distribution table (SF1449). The following codes will be required to route your invoices and additional, emails correctly through WAWF. Invoice Type: Invoice and Receiving Report (COMBO). Contract Number: See Block number 2 of the award: Delivery Order: See Block number 4 of the award of applicable: Issue Date: See Block number 9 of the award: Issue DODAAC: See Block number 9 of the award: Admin DODAAC: See Block number 16 of the award: Inspection By DODAAC/Ext: F1T0EB: Ship To Code/Ext: See Block number 18a of the award: Ship From Code: Add vendor information: Pay DODAAC: See Block number 18a of the award: Additional Email Notifications: 1. Inspector: robert.campbell@eglin.af.mil : 2. Acceptor: robert.campbell@eglin.af.mil : 3. Contract Administrator: brockma@eglin.af.mil : Contracting Officer: herbertb.hill@eglin.af.mil : Payment may be expedited electronically via the Internet through the Wide Area Work Flow, WAWF, system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com: Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quote is at the discretion of the offeror. If your company is capable of providing this item, qualification package should be received NLT 4:00 PM., Central Time on 27 May 2005. Anticipated award date is two day after the due date. Send all packages to 96 CONS/MSCBB, Attn: MSgt Mark Brock, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862, or by facsimile to (850) 882-4916 or email at brockma@eglin.af.mil or jonathan.heitkam@eglin.af.mil .
 
Place of Performance
Address: 46 TW/TSRML, Bldg 33, Eglin AFB FL 32542,
Zip Code: 32542
Country: USA
 
Record
SN00811061-W 20050521/050519211957 (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.