Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2009 FBO #2644
SOLICITATION NOTICE

67 -- Video Inspection Camera

Notice Date
2/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
 
ZIP Code
02114
 
Solicitation Number
TB9114A
 
Archive Date
3/21/2009
 
Point of Contact
Robert Stachowski,, Phone: (617) 918-1913, Patrice Denault ,, Phone: (617) 918-1714
 
E-Mail Address
stachowski.robert@epa.gov, denault.patrice@epa.gov
 
Small Business Set-Aside
N/A
 
Description
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. The Solicitation Number is TB9114A and the solicitation is being issued as a Request for Quotation (RFQ) using FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-30. The requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The associated North American Industry Classification System, (NAICS) Code is 423410, which has a Small Business Size Standard of 100 employees. A firm fixed-price purchase order is anticipated to result from the award of this request for quote. Background: The U.S. Environmental Protection Agency Region 1 Laboratory located at North Chelmsford, MA 01863, has a requirement for One brand new (1) Video Inspection Camera to inspect storm drain systems and sewer systems throughout New England. FUNCTIONAL REQUIREMENTS Single Person Operation with no entry to confined space Measure distances up to 200 feet 24 foot adjustable extended carbon fiber pole Pole end must have standoff at end to protect from bending No tools required for setup Single joystick control of all functions All components waterproof Self Contained Unit Battery life 3 hours minimum and field rechargeable Camera 1.2 Mega-Pixels minimum Screen viewing is Seven (7) inches minimum diagonal Ability to view still image while video is recording Wide Angle Lens and Zoom Must be able to see object in pipe 200 feet away in pipe. Light source must illuminate pipe a minimum of 200 feet from camera. PHYSICAL REQUIREMENTS Must be able to be a one person operation, waterproof, color screen and zoom to 200 feet. INTERFACE REQUIREMENTS: The system shall be able to interface directly wit a laptop unit in the field through USB memory stick, CD Card or USB cable. INSTALLATION REQUIREMENTS: None SERVICE AND SUPPORT REQUIREMENTS: The system shall include a three-year warranty covering parts, with an option for an additional two (2) years priced on a yearly basis. Additionally, a one-year warranty covering labor and service with an option for an additional four (4) years price on a yearly basis. TRAINING REQUIREMENTS: None DOCUMENTATION REQUIREMENTS: The contractor shall include a copy of the operational manual with the component. DELIVERY REQUIREMENTS: The contractor shall deliver the required component within 30 days of award of the order. ACCEPTANCE SCHEDULE AND CONSTRAINTS: Government acceptance will take place within 30 days of completion of delivery. The purchase order is issued in support of this requirement will include the following Federal Acquisition Regulation (FAR) Clauses as applicable in FAC 2005-30. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The offeror must complete and submit with their quote, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders - Commercial Items, applies to this acquisition. The following FAR Clauses will be incorporated as part of FAR Clause 52.212-5 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combat Trafficking in Persons 52.225-13, Restriction on Certain Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration Interested parties should submit their quotation and product information that clearly demonstrates their capabilities to provide the equipment described above. Standard company brochures will not be considered a sufficient response to this Request For Quote (RFQ). The applicable NAICS Code is 423410. In the capabilities statements, contractors must provide their size status for the above reference NAICS code, (i.e. large, small, and whether or not they are a certified Hubzone, 8(a), Woman-Owned, Small Disadvantaged and or Service-Disabled Veteran-Owned business. Responses for this RFQ should be submitted to the Primary Point of Contact by 4:30 p.m. EST on or before Friday March 6, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=49968fec2a9fd8d5eb7b8e85bc4b79d5&tab=core&_cview=1)
 
Place of Performance
Address: U.S. EPA Region 1 Laboratory, 11 Technology Drive, North Chelmsford, MA, 01863, North Chelmsford, Massachusetts, 01863, United States
Zip Code: 01863
 
Record
SN01753845-W 20090221/090219221646-49968fec2a9fd8d5eb7b8e85bc4b79d5 (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 |
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.