SOLICITATION NOTICE
67 -- Phantin v1210 High Speed Video System
- Notice Date
- 9/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment 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
- W911W6-14-T-0011
- Response Due
- 9/10/2014
- Archive Date
- 11/4/2014
- Point of Contact
- Ann M. Calvin, (757) 878-5703
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(ann.m.calvin@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 FAR 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. The solicitation number is W911W6-14-T-0011 and is issued as a Request for Quotation (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intend to make a firm fixed price contract award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The applicable North American Industry Classification Standard (NAICS) code is 333316. The Aviation Applied Technology Directorate (AATD) Contracting Division, Army Contracting Command, intends to award on a sole-source basis in accordance with FAR Part 13.106-1(b), Soliciting from a Single Source, with Vision Research, Inc., 100 Dcy Rd., Wayne, NJ 07470. The solicitation number is W911W6-14-T-0011 and is issued as a request for quotation. The proposed contract action, a commercial item purchase order in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of two (2) Vision Research (VR) Phantom v1210 digital high speed video cameras, equipped with VR proprietary widescreen CMOS sensors delivering 12,000 frames-per-second (fps) at full megapixel resolution (1280 x 800). The procured system shall be capable of capturing high-resolution images at ultra-high speeds. The minimum system requirements are a one megapixel digital high-speed camera, capable of 1 s minimum exposure rate, must acquire and save up to 12 Gigapixels-per-second of data, and contain non-volatile storage media (CineMag). The sensor must contain 28 micron pixels, ensuring superb light-sensitivity; have common signal connections located on the rear of the camera body, and support Nikon F-mount and G-mount lenses to ensure compatibility with existing video equipment. These top-level system requirements have been identified as the minimum operational requirements necessary for ballistic laboratory testing, special projects, and crash tests requirements. The procured system will be inclusive of all system elements required for seamless integration of the digital high speed video system into the existing ballistic test facilities at AATD. Charges for shipping if applicable and Item Unique Identification markings in accordance with DFARS clause 252.211-7003, Item Identification and Valuation, shall be included in the quote. The intended source, Vision Research, is the original equipment manufacturer of this system and is the only company that can meet the specified requirements. Delivery, Inspection, Acceptance and F.O.B. Point are Destination, Fort Eustis, VA 23604. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. 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. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-1, Payments; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.243-1, Changes--Fixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. 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; 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; 52.209-9, Updates of Publicly Available Information regarding Responsibility Matters; 52.219-8, Utilization of Small Business Concerns; 52.219-9, small Business Subcontracting Plan; 52.219-16, Liquidated damages - Subcontracting Plan; 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; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.223-9, estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 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; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.211-7003 Item Identification and Valuation; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals, 252.225-7012; Preference for Certain Domestic Commodities; 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools; 252.226-7001, Utilization of Indian Organizations, and Native-Owned Economic enterprises, and Native Hawaiian Small Business Concerns; 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 full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far.. Interested firms may identify their interest and capability to respond to the requirement and submit a quote. No request for quotes/proposals will be posted. Interested sources may identify interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotes. The Government will review and consider all capability statements or quotes received within the closing date set in this notice. The Government retains the sole discretion on the decision whether or not to conduct this requirement competitively based upon information received in response to this notice. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Companies submitting such statements shall reference W911W6-14-T-0011 in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. Capability statements are due not later than September 10, 2014, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Ann M. Calvin, Army Contracting Command, CCAM-RDT, 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577 by mail or by email at ann.m.calvin.civ@mail.mil. Point of contact is Ann M. Calvin at (757) 878-5703. Place of Performance: Address: Aviation Applied Technology Directorate ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6a4047a415b2d12d58d6d63c83e3a4fe)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN03497756-W 20140907/140905235011-6a4047a415b2d12d58d6d63c83e3a4fe (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 |