MODIFICATION
69 -- High Speed Digital Recording System (HSDRS) This is a combined synopsis/solicitation. Initially this requirement was synopsized as a sole source order; however after market research, it is now a competitive order.
- Notice Date
- 7/11/2007
- Notice Type
- Modification
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U-07-R-0008
- Response Due
- 7/24/2007
- Archive Date
- 9/22/2007
- Small Business Set-Aside
- Total Small Business
- Description
- W9115U-07-R-0008-0001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are bei ng requested and a written solicitation will not be issued. This requirement is a competitive 100 percent small business set-aside. This combined synopsis/solicitation serves as the Request for Proposal for the design and production of a High Speed Digital Recording System (HSDRS), with all services and supplies incidental to the HSDRS. The contract type will be an Indefinite Delivery Quantity (IDIQ) Firm Fixed Price (FFP). The estimated minimum contract quantity is a minimum of 5 and a maximum of 40 each. The recorder shall be able to capture the RGB video using JPEG capture and compression engine (reduction routines software), designed and developed exclusively for the Government. The systems shall be able to acquire and record high resolution RGB videos w ith different sync characteristics (sync on green, combined sync and separate sync) and resolutions up to 1600x1280 with different horizontal frequencies. The recorder shall have selectable frame rates and compression ratios ranging from 1 to 10 FPS and 1: 1 to 10:1 compression ratios. The system shall be able to record this type of video with synchronized audio for extended periods of up to 40 hours continuously. The NAICS code is 334111 with a size standard of 1,000 employees. All respondents shall be regi stered in the Central Contractor Registration (CCR), have a valid DUNS number, Cage Code, and Tax Identification Number. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-4 Contract Ter ms and Conditions - Commercial Items, FAR 52.212-3 Offeror Representations and Certification-Commercial Items, FAR 52.212-5 Contract Terms a nd Conditions Required to Implement Statutes or Executive Orders-Commercial Items (specifically the following clause s cited in FAR 52.212-5 are applicable to this solicitation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.21 9-6 Notice of Total Small Business Aside, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Auth orities and Remedies, FAR 222.21 Prohibition of Segre gated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-35 Equal Opportunity f or Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Work ers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.247-34 F.O.B. Destin ation. DFARS 252.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Conditio ns Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (specifically the following c lauses cited in DFARS 252.212-7001 are applicable to this solicitation); DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7014 Preference for Certain Domestic Commodities, and DFARS 252.243-7002 Requests for Equitable Adju stment. All responsible sources may submit a proposal, which shall be considered. All costs must be included in the proposal. Proposals are due before Close of business Central Standard time, 24 July 2007. Award will be made to the lowest price technically acceptable received from a responsive and responsible offeror. Anticipated award date is 30 July 2007. All correspondence shall be written and sent via electronic mail to aca.atec@us.army.mil. Government will not accept telephone inquiries. Numbered note 1, at http://cbdnet.gpo.gov/num-note.html apply. POC is David Higginbottom at (254) 288-9578 or david.higginbottom@otc.army.mil or fax (254) 288-2260. Mailing address is: ATEC Mission Support Contracting Office, P.O. Box Y, Fort Hood TX 76544.
- Place of Performance
- Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
- Zip Code: 76544-0770
- Country: US
- Zip Code: 76544-0770
- Record
- SN01339628-W 20070713/070711224452 (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 |