Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2005 FBO #1396
SOLICITATION NOTICE

67 -- PORTABLE HDTV LENSES

Notice Date
9/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK05126442Q
 
Response Due
9/23/2005
 
Archive Date
9/20/2006
 
Description
This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for four portable HDTV lenses consisting of the following requirements (brand name or equal): 1) Canon HJ40x14B Portable HDTV Lens with 40 x Zoom with Built-In 2x Extender and Image Stabilization (P/N: HJ40x14BIASD). Quantity: 4. Salient characteristics/specifications for equal products: 1. Zoom Ratio: 40x 2. Built-in Extender: 2.0x 3A. Range of Focal Length: 14 - 560mm 3B. (With Extender): 28 - 1120mm (2.0x) 4A. Maximum Relative Aperture: 1:2.8 at 14 - 307mm; 1:5.1 at 560mm 4B. (With extender): 1:5.6 at 28- 614mm (2.0x); 1:10.2 at 1120mm (2.0x) 5A. Angular Field of View 4:3 Aspect Ratio: 34.9? x 26.5? at 14mm; 0.9? x 0.7? at 560mm 5B. (With Extender): 17.9? x 13.4? at 28mm (2.0x); 0.5? x 0.3? at 1120mm (2.0x) 6A. Angular Field of View 16:9 Aspect Ratio: 37.8? x 21.8? at 14mm; 1.0? x 0.6? at 560mm 6B. (With Extender): 19.5? x 11.0? at 28mm (2.0x); 0.5? x 0.3? at 1120mm (2.0x) 7. Minimum Object Distance (M.O.D.): 2.8m (10mm with Macro) 8A. Object Dimensions at M.O.D. 4:3 Aspect Ratio: 162.3 x 121.7cm at 14mm; 4.1 x 3.1cm at 560mm 8B. (With Extender): 81.2 x 60.9cm at 28mm (2.0x); 2.1 x 1.6cm at 1120mm (2.0x) 9A. Object Dimensions at M.O.D. 16:9 Aspect Ratio: 177.1 x 99.6cm at 14mm; 4.5 x 2.5cm at 560mm 9B. (With Extender): 88.6 x 49.8cm at 28mm (2.0x); 2.3 x 1.3cm at 1120mm (2.0x) 10. Macro: No 11. Size (W x H x L): 174.1 x 133 x 355.5mm 12. Weight: 5.45kg 13. NASA KSC Camera Housing: 8.6" x 6.19" x 29? (W x H x L) NASA KSC's requirement can be quoted brand name or equal contingent on pre-qualification testing at the Kennedy Space Center (KSC). Pre-qualification testing of ?Equal? Products: Upon receipt of quotes and product descriptions for ?equal? products, the Government will review the product descriptions to determine if the proposed products meet all specifications and are technically equivalent to the brand name identified in this solicitation. If the products are deemed equal as a result of the review and the offeror is also the apparent low offer, the offeror will be notified and required to send a representative with the product to the Kennedy Space Center at no cost to the Government for pre-qualification testing. If the product successfully performs a functional on-site demonstration the Government will proceed with award. If the product is unsuccessful in any part of the demonstration then no award will be made. The Government will then proceed to the next lowest offer and again go through the same pre-qualification testing process. All pre-qualification testing at KSC must be completed by September 23, 2005. Delivery to the Kennedy Space Center, FL 32899 is required 30 days after receipt of order. The provisions and clauses in the RFQ are those in effect through FAC 01-27. The NAICS Code and the small business size standard for this procurement are 333314 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. All pre-qualification testing at KSC must be completed by September 30, 2005. Delivery to KSC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7. Offers for the items(s) described above are due by 3:00 September 23, 2005 via email to Marcus.C.Orr@nasa.gov or fax to 321-867-1141 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Marcus Orr not later than 9/21/2005. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#117746)
 
Record
SN00899752-W 20050922/050920212554 (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.