SOLICITATION NOTICE
74 -- Projector
- Notice Date
- 11/6/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- projector1
- Response Due
- 11/11/2006
- Archive Date
- 11/26/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and DFARs Change Notice (DCN) 20050606. This acquisition is a small business set-aside. NAICS is 334310 with a small business size standard of 750 employees. Solicitation is for commercial purchase of below. brand name or equal 2. The Barco Reality 909 CRT Projector will be used as a spare unit for the visual dome currently in use in our simulators. Attempting to use any other model would not allow us a cache of spare parts if needed or an exact replacement if required. The salient functional characteristics that are essential are as follows: ? Proprietary Digital Waveform Generation Geometry & Convergence Correction: Enhances the digital waveform by suppressing all artifacts and generating smooth transitions. Convergence is adjustable in 81 independent zones as well as 25. ? Digital Image: Digital image correction optimized for curved screens and multi-channel setups ? Digital AutoImage: Digital AutoImage automatic alignment system aligns all geometry and convergence parameters ? Optical Scheimpflug Correction: Built-in Scheimpflug optical correction, with stepless adjustment, for optimal optical focus for off-axis projection ? Secure Design: Designed for extremely low RFI/EMI emissions where unwanted interference could compromise critical communications lines. ? Self-diagnostics: Auto detection and history log of all essential functions through on-screen menu or over a network. ? Optional AutoAlign Digital Auto-convergence and Auto-geometry: Advanced Digital Alignment System aligns the geometry and convergence of the projected image with accuracy. ? Optimized Phosphors: 3D and Stereoscopic optimized phosphors ? Compatibility: Compatibility with workstations up to 3,200 by 2,560 pixels. ? New High Resolution CRTs: Ultra-high definition, liquid cooled 9? CRTs with advanced electromagnetic focus system and digitally controlled dynamic astimgmatism. High resolution large screen images with unprecedented visual fidelity. ? High Resolution Lenses: Super-high definition, fully color corrected, liquid coupled F1.15 lenses for outstanding image contrast. ? Horizontal autolock scan frequency range of 30-180 kHz ? Bandwidth: 180MhZ RGB amplifier ? Ultra-high definition, LC gun 9 inch electromagnetic focus CRTs with digitally controlled dynamic astigmatism razor sharp images. ? Triangular Spot Nullifying (TSN): Digitally controlled 6-poles offer advanced digital beam correction. Triangular Spot Nullifying 6-pole focus astigmatism correction. ? Lens: Standard (air coupled) HD8 with plastic housing 3. Two options are required: Digital Contrast Modulation, part number ROPT1813 and Convergence on Green, part number ROPT1687. These unique features enhance the multi-channel blending required for simulation and training systems. Through Digital Contrast Modulation and Convergence on Green, overlapping viewing zones are completely phased out in multiple screen applications. The product descriptions provided above are meant to show the Government?s minimum requirements. Offerors can quote with equal items, but must submit convincing evidence of capability and compatibility of replacements. Offerors quoting equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the equal item. Required delivery is no later than 4 weeks upon receipt of order. Please include ?Delivery time? after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination to Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by 0800 am PST on 11 Nov 06. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Andrea Haley, by email at, andrea.haley@edwards.af.mil The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alternate I 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Alternate I 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
- Place of Performance
- Address: Ship To:, 412TW/EWB, Bldg 1030, 30 Hoglan Ave., Attn. Bobbi Rundle 661-277-8651, Edwards AFB, CA 93524
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01176767-W 20061108/061106222214 (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 |