SOLICITATION NOTICE
67 -- Hyperspectral Imaging Radiometer
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-11-T-0017
- Response Due
- 9/8/2011
- Archive Date
- 11/7/2011
- Point of Contact
- Beth Chapman, 757-878-4827
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(beth.kay.chapman@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. 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. The solicitation number is W911W6-11-T-0017 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award only one firm-fixed-price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard (NAICS) code is 333314. The small business size standard is 500. AATD intends to purchase one (1) Infrared Hyperspectral Imaging Radiometer. The required equipment shall: (1) be a real-time hyperspectral calibrated imaging radiometer for the purpose of military target characterization; (2) be a compact, portable device capable of helibourne operations while providing high spatial and spectral resolution imagery; (3) include computer software required for operation, calibration, and maintenance; (4) include computer software for the analysis of collected data to include background subtraction, dynamic range optimization, etc.; (5) have a detector format of 256 x 240 pixels; (6) have a minimum spectral bandwidth of 3-5 micron using an InSb detector; (7) have a spatial resolution (IFOV) of less than or equal to 0.4 milliradians; (8) have interchangeable lenses and be delivered with a lens providing a system field of view of 5 degrees; (9) have the capability of processing each pixel into of at least 40 spectral bands; (10) have a sampling cube rate which is operator selectable by limiting # of pixels processed from 10 (256 x 240 pixels) to 30 cubes per second; (11) have a spectral resolution of less than 90 nanometers; (12) have a maximum target temperature of at least 500oC unfiltered; (13) have either a USB or Ethernet computer interface; and (14) weigh less than 20 lbs. In accordance with MIL-STD-130N and DFARS clause 252.211-7003, this unit shall have an item unique identification (IUID) marking affixed to the unit before delivery. Shipping charges shall be included in the quote. This unit shall be packaged to ensure safe delivery to destination point. Delivery is expected to be not later than 6 months After Receipt of Order (ARO). Delivery, Inspection, Acceptance, and F.O.B Point are Destination. Destination is the Aviation Applied Technology Directorate, Building 401, Attn: Beth Chapman, Fort Eustis, VA 23604-5577. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Ensure compliance with this provision, exclusive of paragraphs (b)(9) and (b)(10); (d), (e), (h), (i) do not apply. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Also, in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The following provisions apply: FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification, and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.217-6, Option for Increased Quantity; FAR 52.217-7, Option for Increased Quantity--Separately Priced Line Item; FAR 52.242-13, Bankruptcy; FAR 52.246-2, Inspection of Supplies-Fixed Price; FAR 52.246-16, Responsibility for Supplies; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. The Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.237-7019, Training for Contractor Personnel Interacting with Detainees; DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Barrier; DFARS 252.247-7023, Transportation of Supplies by Sea; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the provisions and clauses may be accessed electronically at http://farsite.hill.af.mil. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil and must be in good standing with the Government according to the Excluded Parties List System https://www.epls.gov. FAR 52.212-2, Evaluation-Commercial Items, is incorporated by reference with paragraph (a) filled in as follows: the evaluation factors are (1) technically acceptable, (2) low price, (3) delivery. Technical acceptance provides for adherence to the requirement as identified above. Interested persons may identify their interest and capability to respond to this requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due not later than September 8, 2011, 2:00 p.m. EST and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Beth Chapman), 401 Lee Boulevard, Fort Eustis, VA 23604-5577 by e-mail at beth.kay.chapman@us.army.mil. Contracting Officer point of contact is Linda Diedrich, 757-878-4828, or linda.diedrich@us.army.mil. Technical questions must be directed through the contracting office individuals identified above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/135d05f169aab55a7aa713f744928633)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02559325-W 20110903/110902102444-135d05f169aab55a7aa713f744928633 (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 |