SOLICITATION NOTICE
67 -- Helmet Mounted Audio/Visual Recording System
- Notice Date
- 3/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-10-R-HMRS
- Point of Contact
- John Econom, Phone: 8138267351, Kevin M. Jans, Phone: 8138261348
- E-Mail Address
-
john.econom@socom.mil, kevin.jans@socom.mil
(john.econom@socom.mil, kevin.jans@socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The solicitation number H92222-10-R-HMRS is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This procurement will be accomplished in accordance with the Federal Acquisition Regulation (FAR) 6.203 Set-Asides for Small Business competition. The associated NAICS code is 334220 and the small business size standard is 750 employees. All responsible small business sources may submit a proposal, which shall be considered by the agency. The United States Special Operations Command (USSOCOM) intends to procure 1,441 helmet mounted audio/visual recording systems and commercial technical data identifying the system's form, fit and function. The recording system shall be comprised of a dashboard assembly with miniature day and night camera module, quick change power supply module, and a miniature video and audio recorder. The recording system shall offer a helmet mountable, hands free, low profile, video/audio recording capability in day or night situations. The system shall be configurable to small, medium, large, and extra large Modular Integrated Communications Helmets/Advanced Combat Helmet (MICH/ACH) and able to record daytime and nighttime video via a single camera module. The color video length with audio shall have a color recording capability of eight (8) hours or better and an audio only recording capability of 75 hours or better. The recording system shall be compatible with and provide a break-away/non-break-away helmet mount (G-22) with any AN/PVS-15/18 Night Vision Goggle (NVG) equipped with a Wilcox Industries triangular interface shoe or equal. The recording system shall be easily secured to the MICH/ACH helmet by means of the existing Wilcox Ratcheting Cinch Mechanism or equal mechanism. The device shall maintain a very low profile stance on the helmet and provide balance that will reduce potential for neck injury. The weight of the system with battery shall be 23.3 ounces or less. The MHRS shall have a retractable lanyard retention system to prevent the loss of night vision devices. The system shall be compatible with all current night vision devices in the USSOCOM inventory. The recording system shall provide a 1-button record function, powered by commercially available batteries or power supplies. There shall be an integrated low power/memory function. The audio and visual recording shall be able to be captured to a removable (Flash) multi-media card instead of an irremovable firmware system. The card shall have a storage capacity of eight (8) Gb or better. Delivery Address is as follows: H92231 SPEAR Warehouse Attn: Warehouse Manager BLDG 221 Door 12 5749 Briar Hill Road Lexington, KY 40516 Required Delivery Date (RDD) is 01 December 2010 or sooner. The FOB point for all items is destination and will be inspected/accepted at: Inspect At Inspect By Accept At Accept By Destination Government Destination Government FAR provisions and/or clauses referenced can be obtained at http://farsite.hill.af.mil/. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); FAR 52.212-2, Evaluation - Commercial Items (Jan 1999); and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010) applies to this synopsis/solicitation and are hereby incorporated by reference. Offerors shall submit a product sample and any technical information related to the items that is customarily provided to the public at or prior to the time specified for receipt of offers. These samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. Award of a contract resulting from this solicitation will be to the responsible offeror whose offer conforms to the solicitation and is the best value and most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the system offered to meet the Government requirement, (ii) past performance, and (iii) price. Technical capability is significantly more important than past performance. Past performance is significantly more important than price. Technical capability and past performance are significantly more important than price. The Government will conduct a comparative evaluation of offers. The contractor will be required to provide technical data per FAR 12.211; Defense FAR Supplement (DFARS) 252.227-7015, Technical Data -Commercial Items (Nov 1995); and 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999). Contractors are reminded to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with their proposal. Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) is hereby incorporated by reference. The following clauses cited in the clause apply to this solicitation, 52.233-3, Protest After Award (Aug 1996), 52.233-4, Applicable Law For Breach Of Contract Claim (Oct 2004); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50, Combating Trafficking in Persons (Feb 2009). Defense FAR Supplement (DFARS) 252.212-7001, Contract Terms And Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Nov 2009) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation: 252.225-7001, Buy American Act And Balance Of Payments Program (Jan 2009); 252.232-7003, Electronic Submission Of Payment Requests (Mar 2008); and 252.243-7002, Requests For Equitable Adjustment (Mar 1998). The following additional contract clauses are hereby incorporated by reference: 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Sep 2007); 52.204-7, Required Central Contractor Registration (Apr 2008); 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Sep 06);52.211-15, Defense Priority and Allocation Requirement (Apr 2008); 52.233-1, Disputes (July 2002); 52.243-1, Changes - Fixed Price (Aug 1987); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Jan 2009); 252.203-7002, Requirements to Inform Employees of Whistleblowers Rights (Jan 2009); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7004, Alternate A, Central Contractor Registration (Sep 2007); 252.205-7000, Provision of Information To Cooperative Agreement Holders (Dec 1991); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009), 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country (Dec 2006); 252.211-7003, Item Identification and Validation (Aug 2008); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009); 252.225-7008, Restriction on Acquisition of Specialty Metals (Jul 2009); 252.225-7009 Restriction of Certain Articles Containing Specialty Metals (Jul 2009); and 52.232-7010, Levies on Contract Payments (Dec 2006). The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Signed and dated proposals referencing the RFP number H92222-10-R-HMRS, with all required terms and conditions filled in must be submitted, no later than 12:00 p.m. noon EST 26 March 2010, to Mr. John Econom at USSOCOM, ATTN: SORDAC-KR, 7701 Tampa Point Blvd., MacDill AFB, FL 33621-5323. The Government anticipates a firm fixed price contract. Mr. John Econom is the point of contact regarding this solicitation, (813) 826-7351.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-10-R-HMRS/listing.html)
- Record
- SN02088833-W 20100312/100310235607-b6b914e6005ebe2274d5499b43b22e52 (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 |