Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2007 FBO #1957
SOLICITATION NOTICE

66 -- STREAK CAMERA

Notice Date
4/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07T0091
 
Response Due
4/20/2007
 
Archive Date
6/19/2007
 
Small Business Set-Aside
N/A
 
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. (ii) The solicitation number is W911QX 07T009. This acquisition is issued as a Request for Quotes (RFQ). .(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. (iv) The associated NAICS code is 333314. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Streak camera and associated equipment for the observation and optical recording on film records of the output in real time of high explosive events. Camera shall be capable of time motion (dynamic) photography, producing a spatial as a function of time record on a single frame of film. Film record shall be capable of optically recording one spatial dimension and simultaneously recording time in on the other axis. Camera shall record on 70 mm film. Film record shall be 60 mm side by 310 mm long. Include removable gas driven turbine capable of direction of image along the film at a controlled rate. Reflective imag e focusing and writing using rotating flat surface mirror. The image size shall be adjustable by use of optical slit; image width shall be a constant 60 mm. The image height shall be continuously variable from 25 to 750 microns in a minimum of 1 micron i ncrements. Alternate two dimensional rectangular aperture to allow a two dimensional full field still photographic capability for pre-exposure of an image upon a small portion of the fill record prior to recording dynamic image. Still image shall take n ot more that 20% of the record length. Camera shall allow for indexing of the image settings to control and direct the image for still as versus dynamic photography. Writing Rate shall be variable from to 0.4 to 20 m/microsecond. Mirror periods correspon ding to these writing rates shall be dial indicated. Capability to provide an inherent camera delay equal to 1/10 of the mirror period setting. Provisions to provide delay capability of the firing pulse in both pre and post delay modes. Controller capable of camera/fire pulse (vi) Description of requirements: NA (vii) Delivery is required by no later than 180 days after award. Delivery shall be made to US ARMY RESEARCH LABORATORY, SHIPPING & RECEIVING BLDG 434, ABERDEEN PROVING GROUND, APG MD 21005-5001. Acceptance shall be performed at same by an authorized gov ernment representative. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a)(1)Technical: The ability of the proposed product to meet the requirements of the specifications as described above; (2) Past Performance: All offerors are to provide a documented history of providing similar systems; and (3)Total Price for the item(s). (b) Offerors are required to submit clear and conv incing evidence that the product(s) offered fully the specifications contained in paragraph (v) above (e.g., cuts, illustrations, specifications, drawings, etc.). This information is required to establish for the purpose of evaluation and award details of the product offered. Failure of technical information to show that the product(s) offered conforms to the requirements of this solicitation may result in the proposal being determined unacceptable. Failure to submit technical information as required above may result in the proposal receiving no further consideration (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 -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defens e Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995), 52.2 19-8, Utilization of Small Business Concerns (May 2004). 52.222-3, Convict Labor (June 2003), 52.222-19, Child LaborCooperation with Authorities and Remedies (June 2004), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportu nity (Apr 2002, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vie tnam Era, 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003), 52.232-34, Payment by Electronic Funds TransferOther Than Central Contractor Registrati on, 52.203-3 Gratuities (APR 1984), 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003), 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (xiii) The following additional contract requirement(s) or terms and conditions apply: NONE (xiv) This acquisition is rated under the Defense Priorities and Allocations System DPAS) as NA (xv) The following notes apply to this announcement: NA Offers are due on April 20, 2007, by 4:00 PM MDT. Email offers to bgerace@arl.army.mil. xvii) For information regarding this solicitation, please contact Barbara Gerace, Contracting Officer, Tel: 505-678-3579, bgerace@arl.army.mil.
 
Place of Performance
Address: US Army Research Laboratory Aberdeen Proving Ground Aberdeen MD
Zip Code: 21005-5001
Country: US
 
Record
SN01266288-W 20070406/070404221009 (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.