SOLICITATION NOTICE
67 -- Fast and Slow Streak Image Converter Camera System
- Notice Date
- 8/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 443130
— Camera and Photographic Supplies Stores
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX06R0014
- Response Due
- 8/30/2006
- Archive Date
- 10/29/2006
- Small Business Set-Aside
- N/A
- Description
- (i)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; propos als are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is W911QX-06-R-0014. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 01-27). (iv) The associated North America Industry Classification System (NAICS) Code is 443130 and the Business Size Standard is $6.5M. (v) The following is a list of contract line item numbe rs and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 Streak Camera System 1 Each (vi) Description of requirements: Commercially available Fast and Slow Streak Image Converter Camera System. The system shall have the following salient characteristics: (1) Standard photocathodes is S25. PIF001 is 6 mm and is for fast streak and combin ation fast and slow streak options. PF is 18 mm and is only for slow streak applications. Effective output area is 18 mm temporal x 4 mm spacial. Slit adjustable from 0-4 mm. Power requirement is 110/115/200/240 VAC 50/60 Hz.. (2) Slow single sweep cap ability with streak speed of 1 ns/mm to 100 microsecond/mm. Streak range 20 ns to 2 milliseconds 16 ranges. (3) CCD readout of 1K x 1K resolution, 10 bit dynamic range. Includes computer and operating software. (vii) Required delivery is and 30 days af ter award of contract. Deliver FOB Destination to Building 434, Aberdeen Proving Ground, MD 21005. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached t o this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance a nd price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed system meets the salient characteristics listed in (vi) above. Technical evaluation shall be based on information furnished by the offeror. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available , offerors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics. If the offeror propos es to modify a product so as to make it conform to the requirement of this solicitation the proposal shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider the history of the offeror in providing a product that meets specifications, meeting deli very schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. Price will be evaluated on a best value basis. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageo us to the government, price and other factors considered. The government reserves the right to make an award without discussions and to make award to other than the lowest price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 , Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.219.8; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35, FAR 52.222-36, FAR 52.232- 33 and FAR 52.232-36. (xiii) The clauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7001; DFARS 252.225-7014; DFARS 252.225-7016; DFARS 252.227-7015; DFARS 252.22 7-7037; DFARS 252.232-7003 and DFARS 252.247-7024. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiv) Offers are due on 30 August 2006, by 1100 hours, at US Army Research Laboratory, RDECOM-Adelphi, Contracting Division, AMSRD-ACC-A, Adelphi, MD 20783. Electronic offers are encouraged sent via email to rtomko@arl.army.mil. (xv) For information regarding this solicitation, please contact Robert Tomko at (301) 394-3691 or FAX (301) 394-1891.
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACC-A, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN01121231-W 20060823/060821221322 (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 |