Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2020 SAM #6827
SOLICITATION NOTICE

T -- Mount Thermal PTZ system

Notice Date
8/6/2020 11:50:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
USDA ANIMAL AND PLANT HEALTH BROOKHAVEN MS 39601 USA
 
ZIP Code
39601
 
Solicitation Number
12639520Q0272
 
Response Due
8/20/2020 3:00:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Michael Wesley, Phone: 301-851-2664
 
E-Mail Address
michael.r.wesley@usda.gov
(michael.r.wesley@usda.gov)
 
Description
COMBINED SYNPOSIS SOLICITATION : Thermal PTZ system. 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 applicable solicitation number is 12639520Q0272 and this is request for quotation The solicitation document and incorporated provisions and clauses are those in effect thorough Federal Acquisition Circular: FAC 2020-04 There are no set-asides that apply and the associated NAICS code is 333314 with a small business size standard of 500 employees. �� Line item 0001: 640 35 MM VEHICLE MOUNTED THERMAL PTZ SYSTEM--5 EA Below is the Description of the minimum requirements for the item to be acquired: Equipment Description: This shall include, but not limited to the following features and characteristics: �������� Vehicle mounted thermal �������� Unit must be made of aircraft grade aluminum for durability in extreme conditions �������� Sensor resolution of 640x480 or better �������� Sensor pixel size of at least 17 micron�s �������� Sensor frame rate of 30hz or better �������� Objective focal length of 35mm or better �������� Must have digital magnification up to 8X or better �������� Must have an optical magnification of 1.5 or higher �������� Must have a minimum detection range of 1100 yards ������ Simultaneous Pan and Tilt/Bi-directional control is required ������ Must have magnetic and some other form of attachment to vehicle ������ Needs a stadiametric rangefinder to determine distance of target ������ 360 degree unlimited rotation of camera head ������ Must have an intuitive thumb-stick controller to control panning, tilting, and video image enhancements ������ Must have a cigarette adapter to 12 volt battery hook up adapter ������ Must have an IP 66 rating from protection for water or dust ������ Must have at least a 7 inch monitor that mounts inside vehicle ������ Must plug into a standard DC 12V outlet ������ Must have onboard recording and Bluetooth compatible ������ Must be transferable in and out of trucks and UTV�s by just unplugging (no hardwiring to vehicle required) Compatibility: Must be compatible with all trucks and UTV�s within the Louisiana WS program.� This include Honda pioneer 1000�s, Polaris Rangers, Ford trucks, and Chevrolet trucks. Delivery: Vendor must offload and deliver products in original unopened packaging with legible manufacturer�s identification. Equipment must be protected from damage by the elements and construction procedures. Warranty: One year mechanical warranty and three year sensor warranty. Seller warrants capital equipment to be free from defects in material and workmanship under normal use and operation for a period of one year after date of installation. Delivery Address: �USDA/APHIS/WS William Futch 6129 Egan Highway Crowley, LA 70526 FOB Destination the Following far clauses apply to this solicitation: 52.204-7-System For Award Management--Oct 2018 52.212-1 Instructions to Offerors�Commercial Items Jan 2017 52.212-4-Contract Terms and Conditions--Commercial Items-Oct 2018 �52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items June 2020 The following subparagraphs of FAR 52.212?5 are applicable: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101note). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15 U.S.C.644). (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15 U.S.C. 632(a)(2)). (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126). (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793). (35) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). (48) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.225-1 Buy American SuppliesMay 2014 INSTRUCTIONS FOR COMPLETION AND SUBMISSION OF OFFERS � Offers shall submit quotes as follows: � To be responsive to the solicitation, Submit a quote that complies with the requested specifications. � Faxed quotes will not be accepted. � Electronic submissions of proposals WILL be accepted. � Submit a capabilities statement. (4) All quotes shall be made out to and sent to: ADDRESS: ���� USDA, APHIS, MRP-ASD, IT CONTRACTS ����������������������� Attn:� Michael Wesley, Contracting Officer ����������������������� 4700 River Road, Unit 45 ����������������������� Riverdale, MD� 20737 ����������������������� Tel: (301) 851-2664 ����������������������� E-Mail: michael.r.wesley@usda.gov� �(5) Offeror shall certify company establishment of data on website: http://orca.bpn.gov, Online Representations and Certifications Application (ORCA). (6) Award will be made to lowest priced responsive offeror that complies with the ����� required attached specifications. �(7) Responses are due by 6:00pm on August 20, 2020. �� COMMERCIAL CLAUSES CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov.far http://farsite.hill.af.mil http://www.dtic.mil/dfars http://www.arnet.gov/far
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9490d67819c413db97e6ce220aec705/view)
 
Place of Performance
Address: Monroe, LA 71203, USA
Zip Code: 71203
Country: USA
 
Record
SN05747854-F 20200808/200806230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.