Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

67 -- Medium Range Thermal Imager - Sole Source Justification and Approval

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2A3SF0200AQ01
 
Archive Date
9/14/2010
 
Point of Contact
Melissa A Hopkins, Phone: 701-747-5344, Shane T LInd, Phone: 701-747-5281
 
E-Mail Address
melissa.hopkins@us.af.mil, shane.lind@grandforks.af.mil
(melissa.hopkins@us.af.mil, shane.lind@grandforks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification and Approval This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. i. This synopsis reference number is F2A3SF0200AQ01 and is being used as a Request For Quote. ii. This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-44. iii. This acquisition is a sole source acquisition for MRTI Installation. (see Attached sole source justification and approval. The associate NAICS code is 423410 with 100 employees. Per FAR 19.102(f)(4) iv. Line item 0001: Contractor shall purchase and provide the personnel, equipment, tools, materials, vehicles, supervision, safety equipment and services necessary to install and assure operability of 2 Hurley Medium Range Thermal Imager (MRTI) to be used/integrated in conjunction with the Integrated Defense Security System (IBDSS) equipment. Both Imagers must have the capability of detecting man sized targets to a minimum of 1000 meters and vehicle recognition at 2000 meters. Software upgrades are required to integrate the MRTI into the Grand Forks AFB IBDSS. Software upgrades to the existing Grand Forks AFB IBDSS are required to provide full functionality of the Hurley MRTI. The expanded capability will include additional features such as: Automated target tracking, Thermal camera white-hot, Thermal camera black-hot, Absolute positioning, Relative positioning, Zoom, Focus and Presets. Must have heater source option for arctic-like temperatures, with a normal operating range of -32 degrees Celsius to 55 degrees Celsius. Must be IP addressable with the capability to be controlled from within the IDBSS work stations. Items to be installed consists of: 2- Medium Range Thermal Imager; 2- Camera Side Mounts with fasteners; 2- Axis 24Q Video Server; 2- 2U Vented Fixed Shelf (50 lbs., 14" D); 2- Dynex USB to Serial Adapter Cable; 2- 4 ft. Network Cable; Misc. Hardware (screws, zip ties, nuts/bolts, etc); Software Upgrades for Camera Integration and Functionality. Contractor shall comply with manufacturer's maintenance/inspection specifications and all the standards in the contract as well as local, state and federal regulations. This will be a onetime assembly project. The Thermal Imager shall have a minimum one year extended warranty. Contractor will configure and integrate camera on first scheduled Grand Forks AFB IBDSS maintenance visit. v. Delivery will be to Grand Forks AFB, ND within 30 days of issuance of the purchase order. Prices should include delivery to Grand Forks AFB. vi. The following clauses and provisions are incorporated and will remain in full force in any restraint award. (Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerers-Commercial FAR 52.212-2, Evaluation-Commercial Items Evaluation. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-Commercial Item, or complete electronic annual representations and certifications at http://orca.bpn.gov. FAR 52.211-6 Brand Name or Equal FAR 52.212-4, Contract Terms and Conditions-Commercial Item. FAR 52.212-5, Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.22313, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsite.hill.af.mil. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212.7001, Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items to include: DFARSS 252.225-7001, Buy American Act and Balance of Payments Program. AFFARS 5352.201-9101 Ombudsman, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, (618) 256-6668, email: michael.jackson@scott.af.mil vii. Response to this combined synopsis/solicitation must be received via email, fax or mail no later than 4:00 PM Central Standard Time on _Monday, August 30, 2010__. Responses should be marked with the reference number F2A3SF0200AQ01. viii. Address questions to Melissa A Hopkins, Purchasing Agent, at (701) 747-5344, fax (701) 747-4215 or email melissa.hopkins@us.af.mil or Shane T. Lind, Contracting Officer, at (701) 747-5281 or email at shane.lind@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3SF0200AQ01/listing.html)
 
Place of Performance
Address: Grand Forks Air Force Base, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02253832-W 20100827/100825234849-55d84fc23599d69e72b709a7875710d4 (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.