Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOLICITATION NOTICE

58 -- Camera, Ultra High-Speed

Notice Date
7/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA9201-12-R-0336
 
Archive Date
8/14/2012
 
Point of Contact
Jonathan A. Heitkam, Phone: 5755721245
 
E-Mail Address
jonathan.heitkam@holloman.af.mil
(jonathan.heitkam@holloman.af.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 FAR 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 requirement is being set aside for small business. The NAICS Code for this synopsis/solicitation is 333315, Size Standard 500 employees. Solicitation number FA9201-12-R-0336 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-59 effective 18 May 2012. The Government intends to award a firm fixed price contract with one contract line item for an Ultra High-Speed Camera. DESCRIPTION: 0001 - Camera, Ultra High Speed, Shimadzu PN:HPV-2 or Equal Minimum Resolution: 312x260 Regardless of Frame Rate Minimum Frame Rate: Up to 1,000,000 FPS at full resolution Minimum Frame Capture Capacity: 103 Frames Minimum Exposure: Down to 250 Nanoseconds Minimum Monochrom: 10-bit Depth Must have an Analog NSTC video output Nikon F-mount PC Control with control software Must have USB Connection to Fiber Extension to 2000 Feet Must have Rugged Case (Pelican or Equal) with Molded Inserts Minimum, Multi-Trigger Box for Flash Output with 3 TTL Triggers Must have Service in US by Manufacturer or Certified Representative Quantity: 1 Unit of Issue: EACH Manufacturer: Shimadzu Manufacturer Part Number: HPV-2 OR EQUAL FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 90 Days ARO Deliver to FY1942 46TG XPRL 1656 Vandergrift RD Holloman AFB, NM 88330-7850 The following provisions and clauses apply to this procurement: FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-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. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-4, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-3, 52.225-13, 52.232-33] FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.233-1, Disputes FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price)(Short Form) DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFAR 252.203-7005, Representation Relating Compensation of Former DoD Officials DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt A, Central Contractor Registration DFAR 252.211-7003, Item Identification and Valuation (Jun 2011) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.203-7000, 252.225-7001, 252.225-7036, 252.232-7003, 252.247-7023 Alt III] DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.225-7000 Buy American Statute--Balance of Payments Program Certificate DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010, Levies on Contract Payments DFAR 252.243-7001, Pricing of Contract Modification AFFARS 5352.201-9101, Ombudsmen The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2. Foreign manufacturer offers will be evaluated IAW DFARS 225.105(b). Please provide a BRAND NAME OR EQUAL quote for the CLINs listed. If an "or equal" quote is submitted, the quote will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL DESCRIBE THOUROUGHLY HOW THEIR PRODUCT MEETS ALL THE REQUIRED SPECIFICATIONS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. All payments are to be paid 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. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA9201-12-R-0336/listing.html)
 
Place of Performance
Address: Deliver to FY1942, 46TG XPRL, 1656 Vandergrift RD, Holloman AFB, NM 88330-7850, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN02805432-W 20120719/120717235713-aa20c3f7065cc9e0c1899e33687a4c71 (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.