|
COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1996 PSA#1603Contracting Officer, Naval Research Laboratory, 4555 Overlook Ave SW
Wash DC 20375-5326 67 -- PHOTOGRAPHIC EQUIPMENT: MOTION ANALYSIS SYSTEM SOL
N00014-96-R-LB05 DUE 061796 POC Contract Specialist: Jill Burton, Code
3230.LB (202) 767-3698 Contracting Officer: Helen Paul, Code 3230.HB
(202) 767-3698. 17. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulation 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 solicitation, No.
N00014-96-R-LB05, is a request for proposals (RFP). The small business
size standard for this acquisition is 500 and the SIC code is 3861.
This acquisition is unrestricted. The Naval Research Laboratory (NRL)
needs a motion analysis system to use as a research tool in studying
the dynamics of separation events, mechanism actuations and deployments
of spacecraft experiments and satellite subsystems. The contractor
shall provide a MOTION ANALYSIS SYSTEM, 1 each, in accordance with the
following specifications. The motion analysis system must be capable
of recording and storing color video images at 1000 pictures per second
for up to 14 minutes of recording time. The motion analysis system must
consist of a high speed video system with color camera, video recorder
with built-in cart, monitor, operational control unit, wave inserter
for electrical signals, x-y digitizer, tripod, 3000 watts of lighting
with stand, two spare bulbs, two 25 meter cables, interface for PC, and
manuals for operation and maintenance. The contractor shall provide a
commercial warranty covering parts and labor. The system must also meet
the following specifications: (1) Recording Speed: 1000 pictures per
second (2) Recording Format: Super VHS, Color (3) Resolution: 350+
Horizontal TV Lines, or equal (4) Recording Time: 14 minutes at 1000
pictures per second (5) Playback: Forward, Reverse, Still, Stop, Jog,
Search, Variable Speed (6) Imager Resolution: 400+ Horizontal Lines (7)
Shutter Speeds: Up to 1/10000 sec (8) Wave Inserter: Records 2
simultaneous electrical inputs superimposed on the video display, with
5 voltage ranges up to +/- 10 V, 100% offset (9) X-Y Coordinator:
Measures points on video display with 640 x 480 point resolution,
RS-232 & GPIB outputs, cursor and coordinate displays (10) Lighting
Kit: Three 1000 Watt, high intensity lamps with stand (11) Tripod:
Heavy duty with precision gearhead. (12) Interface: Parallel interface
for PC (13) Monitor: 13'' Color Monitor with 750+ lines of Horizontal
Resolution. The required delivery schedule is within 90 days after
contract award date. The contractor shall deliver the system (all
shipping charges paid) and the Government shall accept the system at
FOB destination, NRL, Washington, D.C. The incorporated provisions and
clauses of this acquisition are those in effect for Federal
Acquisition Regulation (FAR) through Federal Acquisition Circular 90-37
and for Defense Federal Acquisition Regulation Supplement (DFARS)
through Defense Acquisition Circular 91-10. The FAR and DFARS
provisions and clauses cited herein are incorporated by reference into
this solicitation. Offerors are advised to propose in accordance with
the provision at FAR 52.212-1, Instructions to Offerors--Commercial
Items. Offerors are advised to include with their offer a completed
copy of the following provisions: FAR 52.212-3, Offeror Representations
and Certifications--Commercial Items, DFARS 252.212-7000, Offeror
Representations and Certifications--Commercial Items and DFARS
252.225-7000, Buy American Act--Balance of Payments Program
Certificate. Offerors will be evaluated in accordance with FAR
52.212-2, Evaluation-- Commercial Items. The specific evaluation
criteria under paragraph (a) of FAR 52.212-2 is: (1) technical
capability of the item offered to meet NRLs need (2) price (3) past
performance. Technical and past performance, when combined, are of
equal importance compared to price. The following FAR clauses apply to
this acquisition: FAR 52.215-43, Audit--Commercial Items, FAR
52.212-4, Contract Terms and Conditions-- Commercial Items and FAR
52.212-5, Contract Terms and Conditions Required To Implement Statutes
or Executive Orders--Commercial Items. The additional clauses cited
under FAR 52.212-5 that are applicable to this acquisition are: FAR
52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35,
FAR 52.222-36, FAR 52.222-37, FAR 52.225-18 and FAR 52.247-64. The
clause at DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes Applicable to Defense Acquisitions of Commercial
Items, applies to this acquisition. The additional clauses cited under
DFARS 252.212-7001 that are applicable to this acquisition are: DFARS
252.225-7001 and DFARS 252.233-7000. Any contract awarded as a result
of this solicitation will be a DO rated order certified for national
use under the Defense Priorities and Allocations System (DPAS) (15 CFR
700). Offers must be delivered to Contracting Officer Code 3230.LB,
BLDG. 222 RM. 115A, Naval Research Laboratory, 4555 Overlook Ave. SW,
Washington, DC 20375-5326 and received no later than 4:00 P.M. E.S.T.
on June 17, 1996. The package should be marked: RFP N00014-96-R-LB05,
Closing Date: 6/17/96. For information regarding this solicitation
contact Jill Burton, Contract Specialist, at (202)767-3698. All
responsible sources may submit a proposal which shall be considered by
the agency. (0144) Loren Data Corp. http://www.ld.com (SYN# 0375 19960524\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|