|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1997 PSA#1875Regional Contracting Department, Fleet & Industrial Supply Center, Box
300, Pearl Harbor, HI 96860-5300 58 -- COMMUNICATION EQUIPMENT SOL N00604-97-Q-D116 DUE 071597 POC
Kathleen Verbeckmoes, (808) 474-2397 Ext 115, Contracting Specialist,
Cdr. R.J. Graff, Contracting Officer This procurement is unrestricted;
all responsible sources may submit a quotation. 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. The announcement constitutes the
only solicitation; quotations are being requested and a separate
written solicitation will not be issued. Solicitation number
N00604-97-Q-D116 applies and is issued as a Request For Quotation. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-45 and Defense
Acquisition Circular 91-11. The standard industrial code is 4833 and
the business size standard is 10.5 mil employees. This requirement is
for a fixed priced contract. Must be compatiable with existing
speeddome, outdoor b/w cameras, Sensormatic Electronics Corp. P/N
RAS285LP. Total of eleven line items as follows: Item 0001=1/ea, Touch
Tracker Unit W/Expander Board, specs:(A) Automatic camera callup via
the numeric keypad buttons, (B) Fingertip control of pan/tilt/zoom
focus and iris adjustment with the touchtracker interface, (C)
Automatic camera sequencing through a quad splitter or multiplexer, (D)
Power source: 16 to 32 vac, 50/60 hz; current: 1400 ma, 70 a, max., (E)
Dimension: 5" H; 7.7"W; 10.2"D; weight: 2.2 lbs., Item 0002=1/ea, 16
Input BW Video Multiplexer, specs: (A) Multiplex 16 video camera inputs
on 1 VCR, (B) Full duplex orientation, (C) Programmable picture motion
sensing, (D) Alarm handling, (E) Outstanding picture quality, 512 x
512 display, (F) 256 gray shades. Electrical power requirements: 12
watts (center positive 12 vdc), dimensions: 1.75"H; 17"W; 12.25"D;
weight: 10 lbs. Item 0003=2/ea, VCR 24 hr, time lapse, real time,
specs:(A)24 hr real time recording,(B) Audio recording; auto repeat
recording, (C) Two timer recording methods, (D) Built-in time date
generator; alarm scan function, (E) Security lock. Tech specs: General,
Tape cassette: std 1/2" VHS (T-160), video recording system: 4 head, 2
video helical scan for special playback and 24 hr real time playback.
Dimension: 380(w) x 85(h) x 338(d)mm; weight: 5 kg. Item 0004=2/ea, BW
Monitors, 16" high resolution bw monitor; specs: (A) 17" b&w video
monitor, (B) 700 lines of horizontal resolution, (C) Switchable dc
restoration, (D) Led power indicator; low power consumption, (E)
Looping input with automatic 75 ohm termination. Power requirements:
120 vac, 60 hz; power consumption: 27 watts max. Dimension: 15.1"H;
16.3"W; 15.4"D. Item 0005=3/ea, Composite Cables, specs: 7 wire (4 x 22
gauge, 3 x 18 gauge). Item 0006=2/ea, Monitor Cables, specs: RG59 (22
gauge, 4 conductor). Item 0007=1/ea, Console Racking System, custom
built, to match & accomodate the required equipments, after the
installation of system. Rough measurements are 6' H X 3' W X 9'L. Item
0008=1/JO, Installation materials and labor. Installation does not
include wiring in the elevator shaft. Item 0009=3/ea, Speeddome
Housing, specs: (A) Sturdy construction; tamper resistant; lightweight,
(B) Adjustable camera bracket, (C) constructed from high impact tinted
cell acylic, (D) Tinted acrylic caused only one "F" stop of light
reduction. Item 0010=3/ea, BW Camera, elevator. High resolution
elevator bw cameras with lens, specs: (A) 1/3" interline B & W ccd;
switchable video/dc type iris control, (B) 380 horizontal lines of
resolution; automatic electronic iris, (C) Vertical phase adjustment;
high signal-to-noise ratio of 48 db, (D) Compact, lightweight; low
power consumption. Tech specs: Image sensor: 1/2" interline transfer
ccd; image area: 4.82H x 3.64 mm v., scanning system: 2:1 interlace,
power requirements: 24 vac + 20%/-10% 60hz; power consumption: 5 watts,
weight: 650g. Item 0011=1/ea, VM 96 Camera Control Console, specs: (A)
Matrix switching; password and privileage levels; victor proportional
trackerball, (B)Programmable zones/sequences/patterns/quick views; ptz
control. Chassis: Video input -- 96 max; switched output -- 8 max.
Keyboard: Touch Trackers 8 max. Video Switcher: Matrix size -- 96
inputs, 8 outputs; input impedance: 75 ohms. Delivery of all items is
required 60 days after award of contract to be delivered FOB
Destination to U.S. Naval Submarine Base, Bldg. 680, Pearl Harbor, HI
96860-6500. Inspection & Acceptance shall be made at destination.
Standard practice for Commercial Packaging. The provision at FAR
52.212-1, Instructions to Offerors -- Commercial Items applies.
Addendum to FAR 52.212-1: Paragraph (b), Technical Description
substitute "Descriptive literature" for "technical description";
Paragraph (h), Multiple awards- Delete entire paragraph. Substitute
"Award. The Govt plans to award a single contract resulting from this
solicitation." Offerors are required to complete & include a copy of
the following provisions w/their proposals: FAR 52.212-3, Offeror
Representation & Certifications- Commercial items. Also, DFARS
252-225-7000, Buy American Act & Balance of Payments Program
Certificate. Clause 52.212-4, Contract Terms & Conditions Commercial
Items, applies. Addendum to FAR 52.121-4; Paragraph (o) Warranty-Add:
"Additionally, the Govt will accept the contractor's commercial
warranty." Add the following addendum clause: FAR 52.211- 5, New
Material. The clause at 52.212-5, Contract Terms & Conditions Required
To Implement Statutes or Executive Orders-Commercial Items applies
with the following applicable clauses for paragraph, FAR 52.222-26,
Equal Opportunity, FAR 52.222-35 Affirmative Action for Special
Disabled & Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for
Handicapped Workers; FAR 52.222-37, Employment Reports on Special
Disabled Veterans & Veterans of the Vietnam Era. DFARS 252.212-7001,
Contract Terms & Conditions Required to Implement Statutes or Executive
Orders Applicable to Defense Acquisitions of Commercial Items, applies
w/the following clause applicable for paragraph (b): DFARS
252.225-7012, Preference for Certain Domestic Commodities; & DFARS
252.225-7001, Buy American Act & Balance of Payments Program. The Govt
intends to make a single award to the responsible contractor whose
quotation is the most advantageous to the government considering price
and price-related factors. This solicitation will be evaluated on the
following factors: Technical (stopping power), past performance,
delivery time frame, and price. The government reserves the right to
judge which proposals show the required capability & the right to
eliminate from further consideration those proposals which are
considered unacceptable & not capable of being made acceptable without
major rewrite or revision. Technical and past performance are equal
and when taken together are signficantly more important than price.
Quotations must be received no later than 4:00 p.m., Hawaiian Standard
Time, July 15, 1997. Quotations should be mailed to: Regional
Contracting Department, Fleet & Industrial Supply Center, Bldg. 475,
First deck, Pearl Harbor, HI 96860-5300. Facsimile proposalswill be
accepted at 808/471-8865 or 471-0811 (0175) Loren Data Corp. http://www.ld.com (SYN# 0284 19970626\58-0009.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|