Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2005 FBO #1257
SOLICITATION NOTICE

66 -- Sensors for Unmanned Vehicles

Notice Date
5/4/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017805Q3034
 
Response Due
5/12/2005
 
Archive Date
8/1/2005
 
Description
"This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command." This constitutes a combined synopsis/solicitation N00178-05-Q-3034 for Sensors for Existing Unmanned Vehicles. This requirement consists of an EO/IR sensor (Infrared camera system) and two Pan-Tilt Zoom Camera. The EO/IE Sensor must comply with the following salient characteristics: 1) minimum 640X480 pixel resolution; 2) NTSC video output; 3) 0-90 degree tilt; 4) continuous 360 degree pan left/right; 5) 12 VDC, 1.5 amps max power draw; 6) manual/automatic IR gain, contrast, and polarity control; 7) RS-232 serial control for remote operation of the pan/tilt/zoom, IR gain, contrast, and polarity control functions; 8) full interface design description of the RS-232 control with data packet specifications; 9) integrated into a single, installable unit, weighting no more than 3 lbs.; and 10) will take up no more than 0.3 cubic feet. The Pan-Tilt Zoom Cameras must comply with the following salient characteristics: 1) minimum 640 X 480 pixel resolution, color, NTSC video o! utput, continuous, 360 degree pan; 2) 0-90 degree tilt; 3) continuous 360 degree pan left/right; 4) 12 VDC, 1.5 amps max power draw; 5) 25:1 continuous optical zoom; 6) automatic/maual auto focus, brightness, contrast, tint, and hue controls; 7) RS-232 serial control for remote operation of the pan/tilt/zoom functions; 8) full interface design description of the RS-232 control, with data packet specifications; 9) integrated into a single, installable unit weighing no more than 3 lbs.; and 10) take up no more than 0.3 cubic feet. No deliveries or installation will occur on Federal Holidays. Delivery is required no later than 15 June 2005. The solicitation number is N00178-05-Q-3034 and is issued as a Request For Quotation set aside 100% for participation by small business concerns. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-03 (11 April 2005) and DFARS Change Notice 2005-0422. The NAIC! S Code is 334413 and the size standard relating to this NAICS Code is 500 employees. All offerors must include a completed copy of FAR 52.212-3 ?Offeror Representations and Certifications ? Commercial Items,? and DFAR 252.212-7000 ?Offeror Representations and Certifications? with their quotes. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-2 ?Instructions to Offerors ? Commercial Items,? FAR 52.212-4 ?Contract Terms and Conditions ? Commercial Items,? and FAR 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items,? subparagraphs (a), (b)(1), (b)(7), (b)(13-19), (b)(24), (b)(29), (d), and (e) apply to this solicitation and ar! e hereby incorporated by reference. Finally, DFARS 252.212-7001, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items,? subparagraphs (a), (b)(252.225-7012, (b)(252.227-7015), (b)(252.227.7037), (b)(252.243-7002), (b)(252.247-7023), (b)(252-247-7024) and (c), and DFARS 252.204-7004, ?Alternate A,? and DFARS 252.209-7001 ?Disclosure of Ownership or Control by the Government of a Terrorist Country? also apply to this acquisition. The Defense Priority and Allocation System (DPAS) rating is DO-A7. The closing date for receipt of proposals is 12 May 2005. Electronic proposals are encouraged at XDS13@navy.mil or may be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS13-15, Building 183, First Floor, Room 106, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. The Naval Surface Warfare Center Dahlgren Division has implemented Electronic Co! mmerce in the acquisition area; therefore, the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/supply. Hard copies will not be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments.
 
Record
SN00801021-W 20050506/050504212405 (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.