SOLICITATION NOTICE
67 -- 20 Intensified Charge-Coupled Device Camera (ICCD)
- Notice Date
- 8/2/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00174 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017407Q0075
- Response Due
- 8/15/2007
- Archive Date
- 9/14/2007
- Description
- This is a combined synopsis solicitation for commercial item 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; quotes are being requested and a written solicitation will not be issued. This acquisition is 100% set aside for small business. Offerors other than small businesses are also invited to submit proposals. If no acceptable offers are received from small business the set aside will be automatically dissolved and offers received from other than small business may be considered for award. This request for quote (RFP) N00174-07-Q-0075 is the only written solicitation, which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The NAICS code 334119. Size standard 1000. The offeror shall provide a firm fixed price offer for one intensified charge-coupled device (ICCD) camera with the following required salient characteristics. 12-bit (or better) thermoelectrically cooled digital camera, 1k x 1k pixel format CCD (Grade 0), 7um pixel size (or higher), F mount input, PCI-based acquisition board for Windows or MAC OS, Camera element lens coupled to photocathode (fiber coupling is acceptable, with separate justification), Photocathode (18 mm or equivalent; matched to CCD), Gen 3 intensifier; (quantum efficiency of 50% or better at 500nm), Thermoelectrically cooled (TEM cooler) and regulated to minimize dark counts, minimum exposure time of 5ns or better, capability to take two discrete images with an interfram time of < 1 microsecond, Software interface must provide at least four imaging modes (single shot, sequential shot, multiple exposure and double shot capture), timing jitter < 1 ns, external trigger; +/- 5V TTL, ROI and Binning capability, include power supply and all cables. FOB Destination, delivery by 31-October-2007. The following provisions apply: 52.212-1, Instructions to Offeror's-Commercial 52.212 4, Contract Terms and Conditions-Commercial Items, Addendum to 52.212-4 DFARS 252.211-7003 Item Identifier and Valuation; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1-Technical: The evaluation shall consider offerors ability to meet minimum specifications. Offerors shall provide three (3) copies of the complete technical specifications. Offeror shall affirmatively address their ability to meet each of the specifications individually and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. Factor 2-Past Performance: Offerors shall provide three (3) references for product performance with name, telephone, fax and e-mail address. The Government shall utilize other sources for past performance information as available. Factor 3 ?Price ? Offeror shall provide pricing to include any warranty, installation and delivery to destination. Failure to address any of the instructions within this combine synopsis/solicitation may result in a proposal being considered unacceptable. The government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Offerors must provide with their proposal a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (June 2003) or Reference availability under ORCA. ORCA must reference the correct NAICS. Responses must be received no later than 3:00 p.m. EST on 15-August-2007. Provide responses to Georgia Warder, Code 13A, building 1558, and NSWC Indian Head, MD 20640-5035 (301) 744-6679 or georgia.warder@navy.mil.
- Web Link
-
http://ih.navy.mil
(http://ih.navy.mil)
- Record
- SN01360707-W 20070804/070802222559 (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 |