|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1999 PSA#2288Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300
Highway 361, Crane, Indiana 47522-5001 58 -- INFRARED THERMAL IMAGING SYSTEM WITH CCD SOL N00164-99-R-0043
DUE 030199 POC Barb Brown, Contract Specialist, Code 1162NE,
812-854-5268, FAX 812-854-5095, (Mr. S. Bingham, Contracting Officer)
WEB: Click here to review Crane Division Acquisition Department,
http://www.crane.navy.mil. E-MAIL: Click here to contact the Contract
Specialist via, brown_b@crane.navy.mil. 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; proposals are being requested and a written
solicitation will not be issued. Solicitation Number N00164-99-R-0043
is issued as a Request for Proposal. Solicitation documents and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. The
standard industrial classification code (SIC) is noted above. The
small business size standard is 750 employees. Offer shall be in
accordance with FAR/DFAR. Internet address that provides the FAR/DFAR
sites is "http://www.crane.navy.mil/supply/homepage.htm". The items
procured are being based on Brand name or equal to FLIR Systems, Inc.'s
(FSI) Forward Looking Infrared (FLIR) SAFIRE, model AN/AAQ-22 Infrared
Thermal Imaging System and the salient characteristics contained in
this solicitation and resulting contract. A refurbished item(s) or new
FLIR system(s) is acceptable if it meets the terms and conditions of
this solicitation and resulting contract. If a refurbished unit is
proposed, the parts replaced to its current configuration must meet the
requirements of FAR 52.211-05 Material Requirements. Contract Line
Items (CLIN) are as follows: CLIN 0001, Brand name or equal to FSI,
SAFIRE Model AN/AAQ-22 FLIR and salient characteristics below, (New or
refurbished), quantity of 1 each; CLIN 0002, Data -- Commercial
operators manual and basic preventative maintenance manual, quantity of
2 each with CLINs 0001, 0003 and 0004 hardware, NOT SEPERATELY PRICED;
CLIN 0003, Training at contractor's facility within continental US for
2 people, 2 days for operation, preventative maintenance, and built in
test diagnostic software utilization with two training manuals,
quantity of 1 lot, NOT SEPARATELY PRICED; OPTIONS CLINS 0004 AND 0005
are as follows: CLIN 0004, same as CLIN 0001, quantity of 1 each and
CLIN 0005, same as CLIN 0001, quantity of 1 each. CLINS 0001, 0004 and
0005 MUST BE PRICED. Options are not exercised at the time of award.
CLIN 0004 option may be exercised from 1 day to 120 days after contract
award. CLIN 0005 option may e exercised from 121 days to 210 days after
contract award. Required Delivery Schedule is as follows: Early
delivery is acceptable at no additional cost to the Government. CLIN
0001, Quantity (qty) 1, 14 days after contract award (DAC); CLIN 0002,
qty 2, shipped with each unit; CLIN 0003, qty 1 to begin within 10
DAC; CLIN 0004 option, qty 1, 14 days after exercise of option; CLIN
0005 option, qty 1, 160 days after exercise of option. Deliver to:
Naval Surface Warfare Center, Crane Division, Receiving Officer,
Building 41, (Marked for Mr. Ron Cole, Bldg. 180, Code 4042), Crane, IN
47522. A copy of a certificate of conformance must be provided with
each unit; F.O.B. Destination applies. Deliveries shall be between 0800
and 1500 local time on Monday through Friday, excluding federal
holidays. The following clauses and provisions are applicable to this
solicitation and resulting contract: FAR 52.203-6 Restrictions on
Subcontractor Sales to the Government with Alternate 1. FAR 52.211-14
Notice of Priority Rating for National Defense Use. This is a DO rated
order. FAR 52.211-15, Defense Priority and Allocation Requirement. FAR
52.212-1, Instructions to Offerors-Commercial Items, except paragraphs
(d), (e), and (h) which are deleted. FAR 52.212-3 Offeror
representations and Certifications-Commercial Items. FAR 52.212-4,
Contract Terms and Conditions-Commercial Items, [Addendum to FAR
52.212-4 -- (a) Inspection and Acceptance -- Inspection and acceptance
shall be at destination by NAVSURFWARCENDIV technical representative
and shall be completed within 21 days after receipt; (g) Invoices shall
also be sent to the following: NAVSURFWARCENDIV CRANE, 300 Highway 361,
Code 1121 B. Franklin) Bldg. 41, Crane, IN 47522 and NAVSURFWARCENDIV
CRANE, 300 Highway 361, Code 0561 (D. Hupp) Bldg. 3173, Crane, IN
47522. And (o) Contractor shall provide their written commercial
warranty with their offer. In addition, warranty shall not commence
until the Government accepts the item. A refurbished unit shall have
the identical warranty as an identical new product.] FAR 52.212-5
Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Items. FAR 52.215-18 Facsimile Proposals.
Far 52.222-3 Convict Labor. FAR 52.217-7 Option for Increased
Quantity-Separately Priced Line Item. FAR 52.222-26 Equal Opportunity.
FAR 52.222-35 Affirmative Action for Workers with Disabilities. FAR
52.222-37 Employment Reports for Disabled Veterans of the Vietnam Era.
FAR 52.223-3 Protest after Award. FAR 52.242-15, Stop-Work Order. FAR
52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels.
DFAR 252.204-7004 Required Central Contractor Registration. DFAR
252.209-7001 Disclosure of Ownership or Control by the Government of a
Terrorist Country. DFAR 252.211-7003 Brand Name or Equal. DFAR
252.212-7000 Offeror Representations and Certifications-Commercial
Items. DFAR 252.212-7001 Contract Terms and Conditions Required to
Implement Statues or Executive Orders Applicable to Defense
Acquisitions of Commercial Items. DFAR 252.225-7000 Buy American
Act-Balance of Payments Program Certificate. DFAR 252.225-7001 Buy
American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O.
10582). DFAR 252.225-7002 Qualifying Country Sources as Subcontractors.
DFAR 252.225-7012 Preference for Certain Domestic Commodities. DFAR
252.225-7014 preference for Domestic Specialty metals, Alternate I.
DFAR 252.227-7015 Technical Data-Commercial items. DFAR 252.227-7037
Validation of Restrictive Marking on Technical Data. DFAR 252.243-7002
Certification of Requests for Equitable Adjustment. DFAR 252.247-7024
Notification of Transportation of Supplies by Sea. PARTS/COMPONENTS TO
CONFORM TO MANUFACTURER'S DATA: Parts or components described herein by
reference to the appropriate model number or brand name or other
descriptive identification (including salient characteristics) shall be
furnished in strict accordance with the manufacturer's published data
relating to said supplies except to the extent otherwise specified in
the contract. EVALUATION CRITERIA is as follows: The contract resulting
from this solicitation will be awarded to the responsible offeror
submitting a technically acceptable proposal with the lowest evaluated
price. FAR 52.217-5 Evaluation of Offers. Offerrs submitted on a basis
other than F.O.B. Destination may be rejected as non-responsive. Single
award will be made for all items. Warranty Evaluation: In case of more
than one technically acceptable offer at the lowest price (i.e., "tie
offers), award of the contract resulting from this solicitation will
be made to the responsible offeror whose standard commercial warranty
pursuant to the warranty text (FAR 52.212-4 addendum) which contains
terms and conditions most favorable to the Government. Any questions
must be submitted in writing immediately to Ms. Barb Brown, telephone
812-854-5268, fax 812-854-5095 or email to: brown_b@crane.navy.mil.
AN/AAQ-22 SAFIRE OR EQUILAVENT SALIENT CHARACTERISTICS: INTENDED USE:
The FLIR system will be exposed to shipboard environment providing
remote monitoring of infrared and daylight camera. GIMBAL
SPECIFICATION: (1) two or more Axis Stabilization. (2) Jitter Free less
than 50 u Rad at frequencies 1 hertz and above. (3) Hermetically Sealed
Unit using a Nitrogen Purged Gimbal at 5 pounds per square inch (psi).
(4) System Weight shall be less than 100 pounds. (5) Azimuth Coverage:
360-Degree Continuously. (6) Elevation Coverage- +30 to 105 Degree. (7)
Slew Rate: up to 60 Degree / Second. (8) Environmentally Tested to
MIL-STD-810 and MIL-STD-461. THERMAL IMAGER: (1) Sensor Range: 8-12
micron. (2) Sensitivity: Detection of thermal differences of less than
.030 degrees C. (3) Instantaneous Field of View (IFOV) as defined as
the angle in milliradians derived by dividing the active detector
element's size by the system's effective focal length. An effective
figure of merit for system resolution can be derived by dividing the
field of view by the instantaneous field of view. IFOV: 166 micro
radian NFOV and 900 micro radian WFOV. (4) Zoom image: 2 power. (5)
Fields of View: Wide: 28 Degree X 16.8 Degree FOV -- Narrow: 5 Degree
X 3 Degree FOV. (6) Field of View Switch Time <0.5 Sec. (7)Thermal
Imager Video output: RS-170 (NTSC). CCD COLOR IMAGER (CCD CAMERA AND
LENS) (1) Signal Format: NTSC. (2) Exterior Camera Sensitivity: less
than 5.0 Lux. (3) Zoom Lens: 10X:1 to 14X:1. Controller: Hand
Controller with all sensor, electronic and programmable functions.
OTHER SYSTEM CHARACTERISTICS: (1) Shall have the capability of locating
the main electronics and the turret at a distance of no less than 100'
from each other. (2) The System shall have the capability of using
Commercial Off-the-Shelf Fiber Optic transceivers whereas locating the
system controller and video interface units remotely from the main
electronic control units can be accomplished. (3) System shall have the
capability to interface to Global Positioning System (GPS) and on-board
Navigational Radar. (4) Stow capability: This feature positions the
optics in a position where the user can minimize the threat of damage
to the exterior optic surfaces when the system is turned off, during
extreme weather conditions, and to be used when removing the Turret
from the mount. SOFTWARE CONTROLS: (1) White-Hot/ Black Hot selectable
Thermal Image Display. (2) Auto-Scan software (System shall move
continuously about a set Elevation at a determined rate). (3)
Auto-Tracker software feature to allow an object to be tracked via
software by controlling elevation and azimuth. (4) Cage position
software feature to allow multiple preset positions. The ability to set
a home position for multiple scenarios. (5) Automatic and manual gain
control to ensure the Imager can maintain a uniform video output. (6)
Built-in-test feature to provide system failure isolation to
replaceable unit. NOTE: NFOV = narrow field of view; WFOV -- wide field
of view; CCD = close circuit device; NTSC = National Television System
Committee. Posted 02/19/99 (W-SN300307). (0050) Loren Data Corp. http://www.ld.com (SYN# 0301 19990223\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|