Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2003 FBO #0619
SOLICITATION NOTICE

67 -- RFQ FOR ULTRA HIGH SPEED CAMERA, BRAND NAME OR EQUAL

Notice Date
8/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
DAAD17-03-R-0034
 
Response Due
8/25/2003
 
Archive Date
10/24/2003
 
Point of Contact
Gregory Davies, 410-278-6809
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(gdavies@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Army Research Laboratory, Aberdeen Proving Ground, MD plans to buy one (1) each Ultra High Speed Camera and accessories on a Brand Name or Equal basis. Provide firm price quotes for: 1 ea. Imacon 200 Ultra High Speed Camera p/n 116-100-F00; 1 ea. Hig h Power Flash Lamp p/n 100-1.5; 100 meters fiber optic cable p/n 8426-037; 1 ea. MK II Camera Pillar Stand p/n 405-GA; 1 ea. Cross Slide Attachment p/n 413-GA; 1 Laser Trigger p/n LASTRIG; 1 ea. Acoustic Trigger p/n 8455-001; Installation and Onsite Traini ng for camera and accessories. Government will be purchasing this equipment as a Brand Name or Equal type of proposal, with the product features and salient characteristics identified herein. (See FAR Clause 52.211-6, Brand Name or Equal (8/99). The contra ct will be firm-fixed price. The anticipated award date is September 2003. This action is a full and open competition and is unrestricted as to business size. The NAICS code for this action is 423410; the SIC code is 5049. This is a combined synopsis/so licitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solic itation will not be issued. This action is issued as a request for proposal (RFP). The solicitation number is DAAD17-03-R-0034. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC ) 2001-14. This purchase will be made under the test procedures for the procurement of commercial items under the authority of FAR 13.5. ARLs technical requirements are based on the brand name Imacon, Model 200 Ultra High Speed Camera. The product feature s and salient characteristics for this brand name item are as follows: Number of Channels- Framing 4,6,8, or 16; Optional Streak: 1 or 2 factory upgradeable-Number of framing images doubled when double gating camera channels; CCD Pixels-1280 X 1024; Expos ure Times-5ns to 10msec in 5ns steps independently variable; Delay To 1st Exposure- 50ns to 100ms in 5ns steps independently variable; Preflash Timings-20ns to 1ms in 5ns steps; Framing Rates-100 to 100,000,000 fps according to exposures and separation. ( 200,000,000 fps achievable with zero interframe time.) The technical POC for this requirement is: Paul Moy, AMSRL-WM-MA, APG, MD, Tel: 410-306-0684, Fax: 410-306-0806, Email: pmoy@arl.army.mil The acceptance and FOB point is Destination. Delivery shall be made to U.S. Army Research Laboratory, ATTN: AMSRL-WMMA, Bldg. 434, Aberdeen Proving Ground, MD 21005-5001. Final acceptance of this system will be made only after unit is assembled, tested, and found compliant by the Government end user. Evaluation Criteria: Timely proposals will be evaluated in accordance with FAR 52.212-2, Evaluation ?????? Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the so licitation will be most advantageous to the Government, price and other factors considered. Contracting Officer shall make a best value award decision based on the following evaluation factors: Technical approach of the Brand Name item or Equal product offerings to meet the Government??????s requirements; Price; Past Performance, and Delivery Schedule, in descending order of importance. Technical approach and past performance, when combined, are more important, when compared to price. Delivery schedules are important to the Government and will be evaluated separately, but will be given a lower importance than price. The Government will award a contract to the offeror whose offer conforms to the sp ecifications that match the identified brand name and the stated product salient characteristics outlined herein. The Government will make an award that will result in a contract most advantageous to the Government, price and other factors considered. Prices must be furnished as firm fixed price and will include a price for installation and all stated accessories listed above. The Government reserves the right to make an award without discussions. The technical evaluation will be a determination of the offerors ability to deliver a complete Ultra High Speed Camera System that meets the stated specifications and shall be based on information furnished by the offeror. The government is not responsible for locating or securin g any information that is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the Government to determine whether the product(s) meets technica l requirements. Past performance will be evaluated based on information provided by the offeror as to actual sales of the similar products to industry or government agencies (contractor format for past performance data is desired). Past performance will co nsider the reviews/ratings of other users who presently use or used offeror??????s products and ability of the offeror to meet delivery schedules. Offerors must include records of at least three recent sales, within the last 5 years, and identify a point o f contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your proposal may result in your proposal being made non responsive. Technical capability is more important than price, and the contracting officer may make award to other than the lowest priced offeror. The Government reserves the right to make an award without discussions. The technical capability evaluation will be a determination of the offerors ability to meet or exceed the stated requirements and shall be based on information furnished by the offeror. Offerors shall include a completed and signed copy of the provision a t FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2001) with its offer. The clause DFARS 252.212-7000 (JUL 1997), Offeror Representations and Certifications, applies to this acquisition. The clause at FAR 52.212-4, Contrac t Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 5 2.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation w ith Authorities; FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999), DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.225-7001 , Buy America Act and Balance of Payments Program, DFARS 252.227-7015, Technical Data-Commercial Items (NOV 1995); DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) . Clauses and provisions are incorporated by reference a nd apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. Proposals are due at 1600 EST, August 25, 2003, via email to RMAC-Adelphi@arl.army.mil. Offerors must cite the solicitation number in the subject line. Propo sals received after this date and time will be considered non-responsive. The Contracting Officer for this solicitation is Mr. Joseph Bowers, telephone 410-278-6515 /email ajbowers@arl.army.mil The mailing address for the contracting officer is U.S. Army Research Laboratories, Aberdeen Branch, Bldg. 434, Suite 200, AMSSB-ACC-AA, Aberdeen Proving Ground, MD 21005.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, ARL Contracting Division Shipping and Receiving, Bldg. 434 APG MD
Zip Code: 21005
Country: US
 
Record
SN00396305-W 20030810/030808213823 (fbodaily.com)
 
Source
FedBizOpps.gov 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.