Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2019 FBO #6494
MODIFICATION

67 -- Four (4) High Speed Cameras. - Amendment 1

Notice Date
9/4/2019
 
Notice Type
Modification/Amendment
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-19-Q-0221
 
Archive Date
9/24/2019
 
Point of Contact
Swati Jain, Phone: 3013940045
 
E-Mail Address
swati.jain2.civ@mail.mil
(swati.jain2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
B08 - Q&A •1. Solicitation Number: W911QX-19-Q-0221 •2. Title: Four (4) High Speed Cameras. •3. Classification Code: 67 •4. NAICS Code: 333316 •5. Response Date: 09/9/2019 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. Description: Disclaimer: 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. NOTICE : THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. For purposes of this acquisition, the associated NAICS code is 333316. The small business size standard is 1,000 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - HIGH SPEED CAMERA, QTY OF FOUR (4), 1 EACH Specifications/Requirement: 1. The contractor shall provide four (4) high-speed cameras. 2. Each high-speed camera shall meet the following characteristics: •· 12-bit CMOS with minimum full resolution image sensor •· Monochrome sensor •· Shall have minimum of 32 GB Memory •· Offers sealed body design that prevents dust and corrosive particles from contaminating sensitive electronics •· Shall "guarantee" ability to phase-lock multiple cameras to assure frame "0" is synchronized on all systems •· Minimum shutter speed of 200 ns with lower shutter speed being better •· Shall be able to control lens remotely (aperture and lens focus) •· Frame rate at 1024 x 1024 resolution of at least 6000 •· Frame rate at 512 x 512 of at least 22000 •· Frame rate at 256 x 256 of at least 65000 •· Ability to turn off cooling fan •· Remote mechanical shutter to allow remote system calibration (black reference) •· Compatible lens mount options: C- and F-mount •· Shall have the ability to provide software Binning to increase sensitivity •· Shutter control independent of lens (G-Type and F-mount compatible) •· Light sensitivity or ISO (International Standards Organization): 64,000 or better (monochrome) with higher being better •· (Per camera) Include one zoom lens in range of 17-55mm or similar and fixed focal length lens (giving field-of-view (FOV) of approximately 8 x 20 inches at 36 inch standoff) •· Camera shall be capable of synchronizing with IRIG (Inter-range instrumentation group time codes) or GPS (Global Positioning System) time codes with no external recording hardware required. •· Options for future upgrade: •§ removable hard drive •§ ability to upgrade camera performance, e.g. higher record rates Delivery: Delivery is required within 45 days after award. Delivery shall be made to the U.S. ARL Shipping & Receiving, 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005-2201 Aberdeen Boulevard, Aberdeen, MD 21005. Acceptance shall be performed at the U.S. ARL in Aberdeen, MD 21005. The FOB point is destination (U.S. ARL in Aberdeen, MD 21005). Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set forth in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the services being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause - NONE. V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (DEVIATION 2019-O0003) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2019-O0003). 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 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-50, COMBATING TRAFFICKING IN PERSONS 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-CENTRAL CONTRACTOR REGISTRATION 52.232-36 PAYMENT BY THIRD PARTY DFARS: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS 252.211-7003, ITEM IDENTIFICATION AND VALUATION 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM 252.225-7000 BUY AMERICAN---BALANCE OF PAYMENTS PROGRAM CERTIFICATE. 252.225-7001 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.232-7010, LEVIES ON CONTRACT PAYMENTS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7000 DISCLOSURE OF INFORMATION LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (JUNE 2016) TAX EXEMPTION CERT. (ARL) RECEIVING ROOM - APG DFARS COMMERCIAL CLAUSES EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT PAYMENT TERM ADELPHI CONTR. DIVISION URL PAYMENT INSTRUCTIONS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as n/a VII. The following note(s) apply to this announcement: Offers shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). Offers are due on 09/09/2019, by 3:00PM eastern standard time. Submissions should be emailed to Swati Jain at swati.jain2.civ@mail.mil, For information regarding this solicitation, please contact Swati Jain swati.jain2.civ@mail.mil (301) 394-0045. Please be advised that.zip and.exe files cannot be accepted. Place of Performance : U.S. ARL 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005 Set Aside: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/392df8f0234316d9b3b48d73480cdea4)
 
Record
SN05431358-W 20190906/190904231512-392df8f0234316d9b3b48d73480cdea4 (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.