Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2006 FBO #1724
SOLICITATION NOTICE

59 -- PIV SYSTEM

Notice Date
8/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0136
 
Response Due
8/25/2006
 
Archive Date
10/25/2006
 
Description
PIV System Upgrade. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-06-T-0136 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This acquisition is 100% set aside for small business. The associated NAICS is 334519. The size standard is 500 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This RFQ has one (1) line item. In accordance with FAR Clause 52.211-6, quotes are being solicited on a BRAND NAME OR EQUAL BASIS. Line Item 0001: One (1) each Dantec Dynamics Stereo Particle Image Velocimetry (PIV) System Upgrade (or equal). The components of the PIV System Upgrade are: FlowSense 4M camera kit (Exp. ctrl 6A003.b.1) Spacer kit for 80C79 HiSense 4M camera and 80X070/069 Scheimpflug mount Camera filter, narrow band, 532 nm, for Nikon lenses (52&62 mm thread). (US exp. restriction may apply) Introduction offer for FlowManager customers with DC or TRPIV systems: 80S57 Dynamic Studio with 80S58 and 80S75 PIV functionality. Included is one USB dongles and installation CD ROM 3D PIV Stereoscopic software for Dynamic studio DCPIV Kit, incl. timer card, cable box, and 4 X 10 m BNC for lasers. Optional, installation included with PC purchase Camera plug-in and distributed acquisition for two (2) cameras in Dynamic Studio. Allows for auto detection and remote control over network Additional licence for 80S57 Dynamic Studio, including one USB dongle Stereo Particle Image Velocimetry (PIV) System Upgrade must meet or exceed the following minimum requirements: 1. The Stereo PIV system upgrade must be fully compatible with the Dantec Dynamics system currently in use at AFIT/ENY. 2. The frame grabbers included with the upgrade must plug into the system hub as well as a stand alone computer. 3. The cameras must be 4 MegaPixel and have a high sensitivity for low light level applications. a. The required pixel array shall contain 2048 x 2048 elements of no larger than 7.4 x 7.4 microns. b. The Camera must be capable of at least 14.5 fps in full frame mode (higher at partial read out). c. In double frame mode (PIV rate) 7.25 fps is required with 10 bit readout, at full resolution. d. Either 8 or 10 bit output should be available. e. A signal to noise of better than 48 dB is required. 4. Two (2) narrow band filters for flame applications. 5. The upgrade must include spacers for the Dantec Dynamics Scheimpflug mounts. 6. The upgrade must include the Dantec Dynamics (compatible with previously acquired data t the AFIT/ENY facilities). Evaluation will be based on overall best value. Evaluation factors are technical, price, and delivery time. Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation and the salient characteristics. The Contracting Officer will evaluate "equal" products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturer?s name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that the product being offered is an "equal" product, the quoter shall provide the brand name product referenced in the solicitation. A copy of FAR Clause 52.212-3, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is available under this solicitation number at http://www.pixs.wpafb.af.mil/. Delivery is required within 6-8 weeks from date of award. FOB point is Destination. The following FAR Provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial, 52.212-3, Contractor Representations and Certifications apply to this acquisition; and 52.211-6, Brand Name or Equal. The following FAR Clauses apply to this acquisition: 52.225-13, Restrictions on Certain Foreign Purchases; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 52.219-6, Notice of Small Business Set Aside; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration)and 52.232-7003, Electronic Submission of Payment Requests and 252.225-7002, Qualifying Country Sources as Subcontractors. The following DFARS Clauses apply to this acquisition: DFARS 252.212-7036, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (for paragraph (b), the following applies: 252.225-7001, Buy American Act and Balance of Payments Program); 252.204-7004, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; and 5352.201-9101 OMBUDSMAN, (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Stephen J. Miller, ASC/AE, 1755 11th St., Bldg. 570, R113, WPAFB, OH 45433-7404 Tel. 937 255-5315 Fax 937 656-7193, e-mail: stephen.miller@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Point of contact for this acquisition is Mary Piper, 937-522-4557. Quotes can be E-mailed to Mary.Piper@wpafb.af.mil; faxed to 937-257-3926, Attn: Mary Piper; or mailed to 88 CONS/PKSB, Attn: Mary Piper, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. No special format or form is required for your quote; however, you must include a completed copy of FAR 52.212-3, Representations and Certifications. A copy can be found at http://www.pixs.wpafb.af.mil/. ALL QUOTES ARE DUE BY NOON PM EST ON FRIDAY, 25 AUG 2006.
 
Record
SN01114319-W 20060816/060814220641 (fbodaily.com)
 
Source
FedBizOpps 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.