Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2009 FBO #2858
SOLICITATION NOTICE

67 -- GROUND TO AIR VIDEO SYSTEM

Notice Date
9/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-09-T-0506
 
Response Due
9/24/2009
 
Archive Date
11/23/2009
 
Point of Contact
Cynthie Walters, 910/643-7220
 
E-Mail Address
ACA, Fort Bragg
(cynthie.walters@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 being requested and a written solicitation will not be issued. *******************ALL OR NONE*********************************************** COMBINED SYNOPSIS/SOLICITATION (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This Solicitation document W91247-09-T-0485 is issued as a Request for Quote (RFQ) RANGE 62 SACON PANELS FOR Director(ate) of Plans, Training and Mobilization (DPTM). (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-36 Effective August 11, 2009. (iv)This solicitation is total set-aside for small business concerns. Quotes received from other than small business concerns will be rejected. The associated NAICS code is 334310 Audio and Video Equipment Manufacturing FSC code 5680 and size standard is 750. (v)This requirement is to provide: CLIN SUPPLIESQUANTITYUNIT 00011Each Ground to Air Video System. (vi)Description: The Ground-To-Air Video System is used to record the military freefall jumper as they exit the Aircraft from two miles above ground level and track the jumper as they fall at speeds exceeding 200 mph. During this recording the video system will continuously auto focus as the jumper reaches the opening altitude. The camera is stabilized on a swiveling tripod which allows the camera operator to gently rotate the camera vertically and horizontally to continuously track the jumper even when the winds cause extreme drift while the jumper is falling. This system will also record the compass direction of the plane/jumper in relation to the camera and is used during competition to determine whether the jumper has too much drift to properly judge his/her maneuvers. Along with compass direction, the video system also records the degrees from the camera to the plane when the jumper exits, at the beginning of his/her maneuver and at the completion of the maneuver. These controls are in place to properly and fairly judge the freefall discipline of Speed Style. The recorded video is used to critique each training jump to improve the maneuvers that will be judged at National and International Competitions. The Ground to Air Video System shall consist of the following components: "CCD CAMERA, COLOR, PANASONIC AW E 300 "NOVOFELX 600 MM LENS "CONVERTER X2 MAGNIFIER "C-MOUNT ADAPTER TO MOUNT CAMERA TO TRIPOD "TELESCOPE MOUNTED ON CAMERA "MONITOR CONTROLS FOR CAMERAMAN, PANASONIC "MONITORING SIGHT ATTACHED TO SYSTEM, 15 CM PICTURE FRAME "FLUID HYDRAULIC VIDEO HEAD VINTEN WITH MOUNTING FOR THE MONITORING SIGHT "ELECTRONIC VERTICAL AND HORIZONTAL GRIDMETER TO SHOW AZIMUTH AND DEGREES FROM CAMERA TO OBJECTIVE "AUTO FOCUS FOR OBJECTIVE "GENERATOR TO PRODUCE SCRIPT ON THE MONITORING SCREEN "RECORD ON/OFF SWITCH ON SYSTEM HANDLES "TWO HANDLES ON CAMERA WITH RECORD AND MANUAL FOCUS AT HAND HOLDS "TRIPOD, TO SUPPORT CAMERA AND MAIN POWER SUPPLY "MAIN POWER SUPPLY 220 VOLT/110 VOLT "CONDUCTING CABLE "2 ALLOY TRANSPORTATION CASES, PELICAN "1 POUCH FOR TRIPOD (vii)This requirement is for delivery FOB (Destination) February 28, 2010 to the US Army Parachute Team, Fort Bragg, NC. (viii)The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). (ix)52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (x)FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate. (xi)The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil) : Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. FAR 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program (Nov 2008), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xiii)The Vendor shall warrant all equipment furnished to be new, undamaged, and free from defects and in conformity with the requirements specified within this document. (xiv)The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv)Submission of proposals shall be forwarded by Thursday, September 24, 2009, 12:00 PM Est. (xvi)Submit signed and dated offers to CYNTHIE WALTERS via email to: cynthie walters @us.army.mil on or before the exact time specified in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/W91247-09-T-0506/listing.html)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: CCMI-RCB, Building 2-1105, Reilly & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01962810-W 20090921/090919234421-8bee9a8e14f17e177b7a59f2a1875f19 (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.