Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
SOLICITATION NOTICE

67 -- HIGH SPEED MONOCHROME CAMERA SYSTEM

Notice Date
3/27/2008
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-08-T-0088
 
Response Due
4/7/2008
 
Archive Date
6/6/2008
 
Point of Contact
Martha S. Robles, (575)678-4963
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Adelphi
(martha.robles@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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-08-T-0088. This acquisition is issued as a Request for Quote (RFQ).(iii) The solicitation document and incorporated provisions and clause s are those in effect through Federal Acquisition Circular 2005-24. (iv)This acquisition is 100% set-aside for small business concerns. The associated NAICS code is 333315. The small business size standard is 500. (v) The following is a list of contrac t line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001  2 EA, High speed monochrome camera system. (vi) Description of requirements: Each system shall include the following: Monochrome camera w ith latest CMOS sensor technology; 5,400 frames per second (fps), at 1,024 x 1,024 pixels and a maximum framing rate of at least 650,000; global electronic shutter from 16.7ms to 2?s independent of frame rate; 150K fps and 8GB memory; Gig-E communications; and both C and F-mounts for lenses. gooseneck light with 2 lamps; zoom wide angle telephoto 24  85mm f2.8; zeiss macro lens 100mm, f2.0; International Safe Transit Association (ISTA) approved lightweight hard-sided storage and transport case with whe els for ease of transportability and acrylonitrile butadiene styrene (ABS) aluminum frame; arm clamp & camera mount; system kit to include par 200 head, 25 head/ballast cable, four-leaf light/shadow control device, wide and super wide lenses up to or ex ceeding 180degrees, 200W electronic ballast, 200W single ended Halogen Metal Iodide (HMI) lamp and case; magnetic base to support mounted camera. (vii) Delivery is required within 60 days after award of purchase order. Delivery shall be made to the Arm y Research Laboratory, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at the Army Research Laboratory, Aberdeen Proving Ground, MD 21005-5501. 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 incl uded in paragraph (a) of that provision, are as follows: The following factors shall be used to evaluate offers: Technical, past performance, and price. The technical capability and past performance are of equal importance and when combined are slightly more important than price. The technical evaluation will be a determination as to whether the product being offered meets or exceeds the salient characteristics in paragraph (v) above and shall be solely based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the offer. To ensure sufficient information is available, vendors must furnish as part of their offer all descriptive material such as cuts, illustrations, d rawings, or other information necessary for the government to determine whether the proposed product meets the performance characteristics and specifications. If the vendor proposes to modify a product so as to make it conform to the requirement of this s olicitation the vendor 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 and must include records of at least two (2) recent sales and identify and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be the best value to the government, price, and other factors considered. The government reserves t he right to award to other than the lowest price and to award without discussions. (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 cl ause 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 Defense Acquisition s of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.203-6 ALT 1, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-3 5, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-33, DFARS 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002 and 252.247-7023. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii) The following additional contract r equirement(s) or terms and conditions apply: Local provisions 52.004-4409 RDECOM Point of Contact, 52.004-4411 Technical Point of Contact, 52.011-4401 Receiving Room Requirements, 52.016-4407 Type of Contract, 52.032-4418 Tax Exemption Certificate, 52.005- 4401 Release of Information, 52.032-4427 Electronic Submission of Invoices Payment by DFAS., AMC-Level Protest Program (Oct 1996) and US Army RDECOMAC  Adelphi Contracting Division Website. Full text of the local provisions can be obtained at http://w3.a rl.army.mil/contracts/kosol.htm (xiv)The following notes apply to this announcement: None. (xvi) Offers are due on 07 April 2008, by 3:00 PM Mountain Daylight Time, via email to martha.robles@arl.army.mil (xvii) For information regarding this solicitat ion, please contact Martha Robles, Commercial 575-678-4963 or email at martha.robles@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AW WSMR NM
Zip Code: 88002
Country: US
 
Record
SN01543415-W 20080329/080327224914 (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.