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