Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1997 PSA#1951

Defense Special Weapons Agency, Acquisition Office (FCA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669

66 -- HIGH SPEED CAMERA INCLUDING ACCESSORIES SOL DSWA02-98-Q-0001 DUE 102797 POC JoAnn B. Carroll, Contract Specialist, (505) 846-8798, or Patricia M. McDaniel, Contracting Officer, (505) 846-8799 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; quotations are being requested and a written solicitation will not be issued. The Solicitation Number DSWA02-98-Q-0001 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #90-46. The Standard Industrial Code is 3861 and the Business Size Standard is 500 employees. This requirement is for line item 001: High Speed Camera, OminiSpeed Model Number HS-M, quantity 3 ea., to include the following Accessories: (1) Control cables, quantity 6 ea. (2) PCI Image Capture Card, quantity 2 ea. (3) Interface Software, quantity 2 ea. (4) Installation, Operation, and Maintenance manuals, quantity 1 ea. This is a brand name or equal requirement. If quoting other than brand name product, the offeror must provide the manufacturer's brand, model or part number along with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations, drawings or other documents if necessary. The salient technical characteristics listed below for the High Speed Camera and the Accessories are as follows: Line item 001: High Speed Camera: (a) Frame rate -- 500/second, minimum, (b) Shutter -- Electronic, from 1/frame rate to 100 microsecond exposure duration without auxiliary devices, e.g., LCD or mechanical shutters, (c) Resolution -- 320x240 CCD FPA, or more, at 500 full frames/second and 1000 frames/second at 240x200 resolution, (d) Sensitivity -- 4000 Exposure Index (0.1 lux @ 1/200 sec, f=1.4), or greater, (e) Size -- to fit within 12" x 6" I.D. cylindrical enclosure, (f) Data Integrity -- Recorded data shall not be corrupted if the camera or cable is destroyed during operation while power to the recording/control hardware is maintained; Accessories: (1) Control Cables -- Each camera shall come with two connectorized 100' cables, (2) PCI Image Capture Card -- consisting of (a) Card Type -- PCI bus, (b) System Inputs -- Camera, IRIG A/B, Triggers (switch closure and TTL level pulse), Remote (RS-232) control of the following functions: 1) download captured image files, and 2) trigger reset, (c) Outputs -- Camera control, and video, (3) Interface Software -- Consisting of (a) Compatibility -- Image capture, display, and playback system shall be compatible with, and supportable by, the current OmniSpeed system software, (b) Image Capture -- Circular/continuous recording, User selected pre/post trigger position for each event, Recording trigger type must be user selectable (TTL or short), (c) Time display -- IRIG time shall be displayed with associated image, (d) Image file formats -- TIFF, OSM multi-image format, or equal, (e) Playback -- Forward, reverse, stop, and single step, (f) Image display -- Graphical user interface displaying all frame and session parameters w/zoom/pan/scroll features functioning in both live-setup and playback modes, (4) Installation, operation, and maintenance manuals (one each). The delivery shall be required within 60 days of issuance of a Purchase Order and shall be FOB Destination to Allied Signal Tech Serv. Corp., Attn: Shirley Grong, Intersection of Wyoming and "S" Ave., Albuquerque, NM 87185. Acceptance shall be made at destination. The following FAR provisions, clauses, and addenda apply: 52.212-1, Instructions to Offerors-Commercial items applies. Offerors are required to complete and include a copy of the following provisions with their quotes: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; Clause 52.212-4, Contract Terms and Conditions -- Commercial Items; Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The following additional clauses apply: 52.233-3, Protest After Award; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3, Buy American Act -- Supplies, and 52.225-18, European Union Sanction for End Products. The following clauses apply Defense FAR Supplement (DFARS) provisions 252.211-7003 Brand Name or Equal, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.225-7001, Buy American Act and Balance of Payment Program, and 252.247-7024, Notification of Transportation of Supplies by Sea. For evaluation purposes, offerors shall include with their offer all the information necessary for evaluation. Provision 52.212-2 Evaluation-Commercial Items paragraph (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offer: Price and price related factors, technical information, such as product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for line item 001 including all the accessories, past performance, to include recent and relevant contracts for the same or similar items and other references, (including contract numbers, amount of the contract, company name, and points of contact with telephone numbers), and the offeror shall provide a copy of the warranty offered. This acquisition will be processed in accordance with the Simplified Acquisition Procedures. Any contract awarded as a result of this solicitation will be a DO-rated order certified for national defense use under the Defense Priorities and Allocations System. Note 1. Quotes must be received no later than 2:00 PM, local time, on 27 October 1997, at Field Command, DSWA, Acquisitions Office (FCA), Kirtland AFB, NM 87117-5669. The person to contact for information regarding this solicitation is JoAnn B. Carroll, (505) 846-8798 (faxed quote will be accepted at (505) 846-4246 followed by a mailed hard copy). The anticipated award date shall be on or before 30 October 1997. All responsible sources may submit a quote which shall be considered by this agency.***** (0282)

Loren Data Corp. http://www.ld.com (SYN# 0194 19971015\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page