SOLICITATION NOTICE
K -- High Resolution, High Speed Camera w/kits, adaptors, system computer, software package, etc.
- Notice Date
- 4/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018915Q1115
- Response Due
- 4/15/2015
- Archive Date
- 4/28/2015
- Point of Contact
- Adam Hester 215-697-9577
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Solicitation number, N00189-15-Q-1115 is being used as a RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-80 and DFARS Publication Notice 20150406. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333316 and the Small Business Standard is 1000. The Small Business Office concurs with the set-aside decision: Other than Full and Open Competition. The NAVSUP FLC Norfolk Philadelphia Office intends to issue a sole source firm fixed price purchase order for the acquisition of this requirement. Part NumberDescriptionQuantity 1102175High Resolution, High Speed CMOS Camera (v641) - 2560x1600 pixels, 10-1450 Hz frame rate range at full pixel resolution, 8- or 12-bit digital output, 32 GB RAM memory (up to 32 GB available upon request), Gigabit Ethernet interface (10 Gigabit interface available).1 110-VRSCHMVR CMOS Camera Scheimpflug Mountng Plate “ for V-series cameras. Customized front plate to allow for LaVision Scheimpflug adapters to be mounted.1 1108810VR CMOS Camera Accessory Kit “ for all V-series Cameras (except 1210 and 1610), first camera. Includes hard plastic case, GigE card, and all necessary trigger cables1 1007857M42 Adapter “ for VR M-series CMOS cameras, for attaching Scheimpflug adapters or M42 mount camera lenses1 1000857Camera Lens “ Nikon 50 mm focal length, F/1.8, F-mount. AF1 1108075High Speed Controller; External “ 16 output channels, 3 input channels (trig in, image capture start/stop), 10 ns time resolution, external with USB interface. Additional on-board Programmable Input/Output (PIO) gives 16 programmable output channels and 4 programmable input channels. External trigger device for HSS camera triggering/synchronization.1 1104070System Computer (Configuration 1) “ dual processor tower PC, including 2 x six-core XEON processors, 32 GB RAM, 256 GB SSD boot drive, 3 TB SATA data drive, PCI-e slots only, read/write DVD, 700 W power supply, 1 x GPU compatible, > 22 flat screen monitor, keyboard, mouse, Windows 7 Ultimate (64-bit), DaVis software/camera interface/PTU installation and testing1 1105081High-Speed Image Capture Software Package “ for all HighSpeedStar cameras, acquisition controls for specific camera type, includes control over frame rate, image exposure, sequence length, storage mode, etc. Upgrade to existing dongle #130711 1108964Stereo PIV Calibration Target “ dual plane, dual sided target, 309 x 309 mm (Type 309-15) 1 DM-30-DHNd:YLF Dual Cavity Diode Pumped Solid State, High Repetition Rate Laser dual head, 2 x 30 mJ/pulse (@527 nm) at 1 kHz repetition rate, up to 10 kHz repetition rate from each head, includes beam combination optics, laser heads, power supply, and chiller. Laser CLASS 4, as per EN60825-10:2001-11 1 1108405Adjustable light sheet optics for 532 nm “ sheet waist focal length infinitely adjustable between 300-2000 mm, two sets of cylindrical lenses: -10 and -20 mm focal lengths, all quartz optics, anti-reflection coating for 532 nm1 1102012PIV System Installation and Training - on-site by a qualified LaVision representative1 110SHPShipping, Handling, and Documentation1 The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes. However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. The Statutory Authority permitting other than Full and Open Competition for this requirement is Section 4202 of the Clinger-Cohen Act of 1996 - a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). This acquisition will be sole sourced to La Vision Inc. 211 W. Michigan Avenue, Ste. 100, Ypsilanti, MI. 48197. La Vision Inc. is uniquely qualified to meet the requirement in the area of PIV systems as they hold patents and/or sole proprietorship on specific special features required by the US Naval Academy. In addition, La Vision Inc. is the current provider of the existing system at the USNA. Place of Performance is US Naval Academy, Info Tech Svcs Div, 290 Buchanan Road, Annapolis, MD. 21402-5045. The anticipated Period of performance is from Date of Award plus 30 days. Responsibility and Inspection: unless otherwise specified in the order; the supplier is responsible for the performance of all inspection requirements and quality control. The supplier is also required to submit a Small Business Subcontracting Plan per FAR 19.702. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-7 Information Regarding Responsibility Matters 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 52.252-6 Authorized Deviation in Clauses 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7004 Subcontracting w/ Firms ¦Terrorist Country 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea 5252.243-9400 Authorized Changes by the KO 5252.NS-046P Prospective Contractor Responsibility This announcement will close at 4pm EST on 04/15/2015. Contact Adam Hester who can be reached at 215-697-9577 or email adam.hester@navy.mil. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915Q1115/listing.html)
- Place of Performance
- Address: US Naval Academy, Info Tech Svcs Div, 290 Buchanan Road, Annapolis, MD
- Zip Code: 21402
- Zip Code: 21402
- Record
- SN03697869-W 20150415/150413235018-d7aacc44f08b96015b91f57be7e9e030 (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 |