SOLICITATION NOTICE
67 -- Ballistics Range Camera Upgrades
- Notice Date
- 11/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R07T1008
- Response Due
- 11/29/2006
- Archive Date
- 1/28/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement con stitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13, Effectiv e 28 Sep 2006 and Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20061109. It is anticipated that payment will be made by Government Visa Credit Card. This action is solicited as a 100% small busi ness set aside. The North American Industry Classification System (NAICS) is 333315 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https:// www.bpn.gov/CCR/scripts/index.html. Award will be made based on low price and technically acceptable. The quotation shall consist of one Contract Line Item Numbers (CLIN) 0001, Quantity: 1 Unit of Issue: Each, Description: Ballistics Range Camera Upgrad es. Offers must meet or exceed the Governments minimum requirements for a Ballistics Range Camera Upgrade. C.1 SCOPE: These specifications set forth the Governments minimum requirements for a Ballistic Range Camera Upgrade (BRCU). The BRCU will be for upgrade of Hadland SVR and BR553 cameras using state of the art technology, packaging and components. C.2 CONFIGURATION: The BRCU shall be turn-key, configured of standard commercial off the shelf (COTS) catalog advertised items and shall meet or exceed all of the following specifications. C.3 CAPABILITY: The BRCU shall be a rugged field deployable assembly capable of use in low desert terrain environments - mobile vans and permanent instrumentation installations. C.4 SPECIFICATIONS: C.4.1 General scope of work: C.4.1.1 The contractor shall evaluate provided YPG camera assets for the upgrade and use the technically qualified micro channel plate intensifiers with associated components to upgrade to modern capabilities in a new package. C.4.1.2 When completed the old camera shall be returned, along with the newly packaged fully functional and upgraded camera system. C.4.2 The image sensor resolution shall be over 4000 horizontal by 2600 vertical pixels, with a pixel pitch of 9 micron square +/- 1 micron. C.4.3 The camera shall have a minimum dynamic range of 12 bits. C.4.4 Shall have an inherent system delay of less than 150 nanoseconds from trigger input to image integration. C.4.5 Image exposure shall be less than 20 nanoseconds in at least 20 nanosecond steps. C.4.6 Strobe outputs shall be variable for appropriate strobe pre-flash, minimum delay interval of 20 nanoseconds maximum of 10 milliseconds. C.4.7 Shall be capable of multiple exposures for measurement of velocity. C.4.8 Shall have a trigger input to accept a TTL positive or negative input. C.4.9 Shall have standard I/P 67 rated Fast Ethernet 100Base-TX communication. C.4.10 The communications Ethernet and control software shall be robust and capable of operation with many networked devices on a common network. This network will have serial servers, IP cameras, and various COTS high speed digital cameras, etc. C.4.11 Shall have a daylight visible display for alignment and focus. Power requirements: C.4.11.1 Shall operate on 120 VAC 60 Hz nominal power at less than 5 amperes. C.4.11.2 Shall initialize within five minutes of application of power. C.4.12 Physical and Environmental: C.4.12.1 The minimum operating temperature range shall be 5 degrees to +40 degrees Celsius. C.4.12.2 Humidity: 5-85% non-condensing. C.4.12.3 12 inch wide x 12 inch high x 18 inch long, sealed splash-proof enclosure. C.4.12.4 Shall weigh less than 35 pounds. C.4.13 Accessories: C.4.13.1 Shall include all adapters and cables necessary for power and communications interface. C.4.13.2 Shall include an operator manual, maintenance manuals with full schematics, parts lists and factory operator training. Items shall be delivered by January 22, 2006 US Army Yuma Proving Ground in Yuma, AZ 85365. This solicitation is being issued as a Request for Quotation (RFQ) and shall be clearly marked with RFQ referencing number # W9124R-07-T-1008 and emailed to Tejae. Craig@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 11:00 AM Mountain Standard Time (MST), November 29, 2006. In addition, all technical questions concerning this requirement must be emailed to Tejae.Craig@yuma.army.mil no later than th e November 27, 2006 at 11:00 a. m. Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representation s and Certifications Commercial Items (Sep 2006) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm lo cate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications (ORCA) website at https://orca.bpn.gov/ and have the information posted you would only have to submit a signed copy of section K of FAR Clause 52.212-3 in place of 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement S tatues of Executive Order Commercial Items (Sep 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Re medies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executives Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2006), specifica lly 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Oct 2006) with Alternate I (Oct 2005). DFARS provision 252.232-7003 Electronic Submission of Payment Requests (May 2006), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). DFARS Clause 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Oct 2006) with Alternate I (Oct 2006). If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to Tejae Craig via email to Tejae.Craig@yuma.army.mil or by facsimile (928) 328-6849. See Note 1.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01184954-W 20061123/061121220754 (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 |