Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2020 SAM #6874
SOLICITATION NOTICE

67 -- AOS Technologies cameras/accessories and KOWA lenses

Notice Date
9/22/2020 6:45:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-20-Q-A029
 
Response Due
9/29/2020 12:00:00 PM
 
Archive Date
10/14/2020
 
Point of Contact
Jennifer O. Floro
 
E-Mail Address
jennifer.floro@us.af.mil
(jennifer.floro@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for AOS L-Vit High speed cameras, accessories and KOWA lenses. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subparts 12.6 and 13.106, 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 is Request for Quotation is numbered FA2823-20-Q-A029. The North American Industry Classification System (NAICS) code for this acquisition is 423410 Photographic Equipment and Supplies Merchant Wholesalers and Product Service Code (PSC) 6760 Photographic Equipment and Accessories with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard.� IAW FAR 19.502-2 this is a 100% small business set aside. A firm fixed price purchase order will be awarded. The RFQ is for the following commercially available items Brand Name AOS Technologies cameras/accessories and KOWA lenses as outlined below and detailed further in the attachment: CLIN 0001 QTY 2: AOS L-VIT 1000 Color, 16 GB w/CF and HDMI�Part Number: 473021-23-2102� CLIN 0002 QTY 2: AOS Blank Lemo 14-pin connector straight male Part Number: HS22S0CFFP CLIN 0003 QTY 2: AOS F-Mount to C- Mount Adapter Part Number: 20002 CLIN 0004 QTY 4:�KOWA 4/3"" 8.5mm 8MP Lens XC Series Part Number: 20803 CLIN 0005 QTY 4: KOWA 4/3"" 12mm 8MP Lens XC Series Number: 20804 CLIN�0006 QTY 4: KOWA 4/3"" 16mm 8MP Lens XC Series Part Number: 20805 CLIN 0007 QTY 4:�KOWA 4/3"" 25mm 8MP Lens XC Series Part Number: 20806 Product MUST meet the following Salient characteristics listed below: Details of the High Speed Cameras: Power 28 VDC is preferred 12 VDC is acceptable Less than 50 W Physical Characteristics Less than 4�X4�X6� Less than 2 lbs Electronics Characteristics Records 1080P color video at 1000 FPS for >5 Sec Internal storage via CFast Cards IRIG time input Remote Trigger Capability: Gigabit Ethernet connection for remote control from a laptop. Video out to a TV Lens Characteristics: C mount preferred F mount acceptable Fixed Focal Lengths. (8mm, 12mm, 16mm, 25mm) Manually adjustable focus Manually adjustable aperture Four each of each focal length (16 total lenses) FOB � Destination to Eglin Air Force Base, Florida 32542 Delivery 60 days ARO �Fixed Price Specific Instructions: �All offerors are required to provide a Firm-fixed price quote in US Dollars with FOB Destination and annotate the delivery timeframe. Offerors shall complete the representations and certifications cited below and submit with offer. Offerors must submit quotations for all listed items. Partial offers will not be considered for award. �In accordance with (IAW) FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Simply restating the Technical Requirement Document is not enough to determine technical acceptability. �IAW FAR 13.106-1(a)(2) offerors are notified that the award will be made to the responsible offeror whose quote, conforming to the solicitation, provides the lowest evaluated price for a product meeting or exceeding the acceptability standards set forth in the specifications. The following factors shall be used to evaluate offers: Lowest Priced Technically Acceptable (LPTA) approach. Offeror will be evaluated in accordance with FAR 13.106-2(b). All offers must list your DUNS number, CAGE code, Federal TIN with Company name, POC, email and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/SAM/. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Lack of registration in the SAM database with the selected NAICS code will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers must be received no later than 2:00 PM., Central Daylight Time on 29 SEPT 2020. Quotes or modification of quotes, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Send all packages via email to Jennifer Floro at jennifer.floro@us.af.mil. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � APPROVED
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/69f447ecab324130b28a4de2f1bcc4f0/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05807450-F 20200924/200922230213 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.