Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2007 FBO #1965
SOLICITATION NOTICE

67 -- TRAJECTORY TRACKER SYSTEM

Notice Date
4/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0422
 
Response Due
4/19/2007
 
Archive Date
6/18/2007
 
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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-07-T-0422. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. The associated North America Industry Classification System (NAICS) Code is 333315 and the Business Size Standard is 500. The contractor shall provide the following : CLIN 0001  TRAJECT ORY TRACKING SYSTEM, ITEM# SITT-MI , MFG: SPECIALISED IMAGING, LTD., CONSISTING OF THE FOLLOWING: DIGITALLY CONTROLLED SCANNING MIRROR MOTOR; DIGITAL MOTOR CONTROL ELECTRONICS; SINGLE ENVIRONMENTAL ENCLOSURE; 3 AXIS TRACKER MOUNT FOR ELEVATED AND UNDERLI NED TRACKING; 2 TTL - MAKE/BREAK INPUT TRIGGERS FOR MEASURED VELOCITY AND STANDARD TRIGGERING; OUTPUT TRIGGER FOR SYNCHRONIZATION TO CUSTOMER'S HS VIDEO CAMERA; 2 LARGE FORMAT SCANNING MIRRORS; CONTROL SOFTWARE FOR LINEAR TRACKING, ACCELERATION-DECELERATIO N AND USER DEFINED PROFILES; STANDARD GBIT ETHERNET HUB FOR CONTROL OF TRACKER AND CUSTOMER'S HS VIDEO CAMERA; 100 METER ETHERNET CABLE; HEAVY DUTY TRIPOD. PLEASE SHOW ESTIMATED DELIVERY DATE IN QUOTE SUBMISSION. SEE SPECIFICATIONS SHEET BELOW. THESE SPE CIFICATIONS MUST BE MET IN ORDER TO MEET TECHNICAL REQUIREMENTS, QUANTITY - 1; CLIN 0002  SHIPPING CHARGES/FREIGHT, FOB DESTINATION/ACCEPTANCE TO US ARMY ATC, 358 COLLERAN ROAD, APG, MD 21005. CLIN 0003  OPTION TO PURCHASE THREE (3) ADDITIONAL TRAJECTOR Y TRACKING SYSTEM, ITEM# SITT-MI, MFG: SPECIALISED IMAGING, LTD., WITH THE SAME DESCRIPTION AS CLIN 0001. SEE SPECIFICATIONS SHEET BELOW. THESE SPECIFICATIONS MUST BE MET IN ORDER TO MEET TECHNICAL REQUIREMENTS, QUANTITY  3 (OPTION). SPECIFICATIONS SHEET: PROJECTILE FOLLOWER/TRACKER SPECS: Main Unit - Must be 1 self-contained weatherproof unit; Scan Ratio - A minimum of .1 to 50; Scan Accuracy - .3 degrees; Repeatable Angular Acc. - .02 degrees; Scanning Motor - Digital; Scanning Mirror Size - Must be a minimum of 135mm x 85mm; Mirror Positi on Encoder - Must be capable of outputting accurate mirror placement during scan for post processing 3D analysis; Mirror Calibration - Mirror encoder/system should not require calibration before, after, or between velocity profile changes; Trigger Inputs - Must provide 3 BNC +/- TTL aware 3 inputs for MSI sky-screens Make/Break; Communications - Single unit must be Gigabit Ethernet controlled and unit must include a Gigabit Hub to allow command and control of the system and a high speed imaging system on on e laptop; Mount - must include a 3 axis mount and tripod with the system; Mirrors - Must include scanning mirror no smaller than - 135mm x 85mm and quoted price should also include replacement mirror of same size; Software - Command and control software mu st be able to run and simulate scenarios independent of connection to hardware; Velocity Profiling - System's command and control software should be capable of measured velocity, fixed velocity, drag coefficient, acceleration coefficient, and overall fligh t velocity profile. Please contact the POC listed below if you have any further questions. In accordance with FAR 52.212-2 Evaluation  Commercial Items (Jan 1999), the contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on infor mation furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustratio ns, drawings, or other information necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Oz one-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition The government will award a contract to the offeror whose offer conforms to this solicitation and will be mo st advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFAR 252.212-70 00, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-6 Notice Of Total Small Business Set-Aside; FAR 52.219-8; Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33 , Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, and http://www.acquisition.gov/comp/far/index.html. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by THURSDAY, April 19, 2007 no later than 05:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Tanya Peel), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concernin g this solicitation contact Tanya Peel, Contracting Officer via fax (410) 306-3890, or via email tanya.peel@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01272163-W 20070414/070412221210 (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.