Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2011 FBO #3554
SOLICITATION NOTICE

67 -- High-Speed Camera System

Notice Date
8/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TBAP1164A001
 
Archive Date
9/24/2011
 
Point of Contact
Lesa A. White,
 
E-Mail Address
lesa.white@eglin.af.mil
(lesa.white@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Armament Center/Operational Contracting Division (AAC/PKOB), Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a high-speed camera system, brand name or equal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items as supplemented with additional information included in this notice. This combined synopsis/solicitation is issued as Request for Quotation (RFQ) F1TBAP1164A001 and constitutes the only solicitation; a quotation is being requested. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. This acquisition is set aside for award to a small business. The North American Industry Classification System (NAICS) code for this acquisition is 333315 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. CLIN 0001: 1 EA High-Speed Camera System, Brand Name or Equal to the Shimadzu HyperVision HPV-2 High-Speed Camera CLIN 0002: 1 EA Shipping - FOB Destination to Eglin AFB, FL 32578 Requirement: 1. Basic Configuration: The system will include a Camera Head that contains an Image Sensor, and which can accept an included Camera Lens via a standard lens mount (F or C). The system may include separate Power Supply and Control Units in order to minimize the size of the Camera Head. The system will include all Interface Cables and Power Cables required for operation with 110 VAC, single phase, 20 A, 60 Hz electrical service. The Control Unit will include any required specialized Software for recording, manipulating, and exporting image data. 2. Mechanical Dimensions: The Vendor will include a Mechanical Sketch of the entire system with correct component external dimensions, and cable attachment locations, in their proposal. The Camera Head footprint must fit within an 8-inch-wide by 16-inch-long rectangular open section on an existing optical table. The Camera Head must be short enough to enable horizontal operation with the center of the Camera Lens located 12-inches above the optical table top. The Power Supply and Control Units must fit within an existing standard 19-inch electronics rack. The Interface Cables and Power Cables will permit at least a 12-foot separation between the Camera Head and the Control Unit and Power Supply. 3. System Performance: The System must be capable of recording a sequence of at least 100 images at rates up to and including 1,000,000 frames per second (fps). The image size at 1,000,000 fps must be at least 80,000 pixels in a 6:5, 5:4, or 4:3 rectangular format. The System must be capable of digitizing the image data at 10-bit resolution, or better. The Image Sensor will include no more than 0.02 % defective pixels. The Camera Lens will provide an approximately 0.5-inch wide field of view at a working distance of 20 inches. The System must accept an external TTL-level electrical trigger signal to synchronize data recording with an external event. The System must provide a TTL-level Monitor Output electrical signal corresponding to the Image Sensor exposure times. In a secondary application, the linearity of the intensity response of the Image Sensor is important, so a CCD sensor is preferred to a CMOS sensor. 4. Serviceability and Warranty: The Vendor will clearly describe which parts are covered under the standard Warranty, and the duration of the standard Warranty. The following clauses and provisions apply to this combined synopsis/solicitation:  FAR 52.211-6, Brand Name or Equal, which reads as follows: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)  FAR 52.202-1, Definitions  FAR 52.203-3, Gratuities  FAR 52.204-7, Central Contractor Registration  FAR 52.204-8, Annual Representations and Certifications  FAR 52.207-4, Economic Purchase Quantity - Supplies  FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.  FAR 52.209-5, Certification Regarding Responsibility Matters  FAR 52.212-1, Instructions to Offerors - Commercial Items  FAR 52.212-2, Evaluation - Commercial Items  FAR 52.212-3, Offeror Representations and Certifications - Commercial Items  FAR 52.212-4, Contract Terms and Conditions-Commercial Items  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items  FAR 52.203-6, Restrictions on Subcontractor Sales to the Government  FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment  FAR 52.219-8, utilization of Small Business Concerns  FAR 52.219-28, Post Award Small Business Program Representation  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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act  FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving  FAR 52.225-1, Buy American Act - Supplies  FAR 52.225-2, Buy American Act Certificate  FAR 52.225-13, Restrictions on Certain Foreign Purchases  FAR 52.232-33, Payment by Electronic Funds Transfer-Central contractor Registration  FAR 52.219-1, Alternate I, Small Business Program Representations  FAR 52.223-6, Drug-Free Workplace  FAR 52.233-1, Disputes  FAR 52.233-3, Protest After Award  FAR 52.242-13, Bankruptcy  FAR 52.244-6, Subcontracts for Commercial Items  FAR 52.247-34, F.O.B. Destination  FAR 52.252-1, Solicitation Provisions Incorporated by Reference - https://farsite.hill.af.mil/  FAR 52.252-2, Clauses Incorporated by Reference - https://farsite.hill.af.mil/  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights  DFARS 252.204-7004, Alternate A, Central Contractor Registration  DFARS 252.204-7007, Alternate A, Annual Representations and Certifications  DFARS 252.204-7008, Export-Controlled Items  DFARS 252.211-7003, Item Identification and Valuation  DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items  DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials  DFARS 252.225-7001, Buy American Act and Balance of Payments Programs  DFARS 252.225-7012, Preference for Certain Domestic Commodities  DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports  DFARS 252.243-7001, Pricing of Contract Modifications  DFARS 252.243-7002, Requests for Equitable Adjustment  DFARS 252.223-7008, Prohibition of Hexavalent Chromium  DFARS 252.232-7010, Levies on Contract Payments  DFARS 252.247-7022, Representation of Extent of Transportation by Sea  DFARS 252.247-7023, Alternate III, Transportation of Supplies by Sea  AFFARS 5352.201-9101, Ombudsman  Local Clause H-850 WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. Contractor: 2. Government Customer: 3. Acceptor of Invoice/Receiving Report: 4. Contracting: Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the clauses and provisions in full text, visit the web site http://farsite.hill.af.mil. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 9 September 2011. The quote is at the discretion of the offeror. The anticipated award date is 16 September 2011 with delivery 30 days After Receipt of Order (ARO). Send all packages via e-mail to Lesa White at lesa.white@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBAP1164A001/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02536233-W 20110818/110816235727-1298bf00f1df17f3bd822ff12f556a65 (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.