Google Groups no longer supports new Usenet posts or subscriptions. Historical content remains viewable.
Dismiss

CBD<66> FLIR THERMAL IMAGERS

0 views
Skip to first unread message

Commerce Business Daily

unread,
Jun 16, 2000, 3:00:00 AM6/16/00
to
From Commerce Business Daily, June 19, 2000 PSA-2624

FLIR THERMAL IMAGERS

Category : <66> (Instruments and Laboratory Equipment)
Address : Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren
Road, Dahlgren, VA 22448-5100
Sol. no. : N00178-00-R-1059
Contact : SD11 Branch, (540) 653-7478
Due : 07 Jul, 2000

SOL N00178-00-R-1059 (SYNOPSIS/SOLICITATION) DUE 070700 POC SD11 Branch,
(540) 653-7478 WEB: NSWCDD Dahlgren Laboratory Procurement Division
Homepage, http://www.nswc.navy.mil/supply. E-MAIL: Questions concerning
the Synopsis/Solicitation N00178-00-R-1059, sd...@nswc.navy.mil. The
Government intends to purchase CLIN 0001: Two (2) each of Model IR-M700
Mitsubishi FLIR thermal imagers, Brand name or Equal, with the following
salient characteristics: (1) High resolution 800 horizontal by 484
vertical pixels, at a minimum; (2) Platinum silicide Schottky-Barrier
Detector, 1.2 to 5.9 microns; (3) Two filter bands minimum, 1.2 to 5.9
and 4.0 to 5.9 microns; (4) RS-170 (NTSC) video; (5) Monochrome 256
levels of gray, minimum; (6) Operating ambient temperature: Minus 10 to
plus 50 C, minimum; (7) Weight portable; (8)Size: approximately 5 x 10 x
5 inches for the camera head; (9)Remote control for focus, gain, filter
and pedestal; (10)Remote control via RS-232 interface; (11) On-screen
display to contain at least filter, gain, pedestal level, polarity, zoom,
date and time; (12) Remote wired controller; (13)Lens mount must conform
to Mitsubishi standard bayonet adapter; (14) Include all cables and
power supplies required to operate from 115V AC, 60 Hz; (15) Power
consumption less than 100 watts; (16) Ruggedized shipping container; (17)
Noise equivalent temperature less than 0.08 C; (18)Internal closed cycle
cooler. CLIN 0002: Two (2) each Industry standard Operation/Maintenance
manuals. CLIN 0003: Two (2) each Standard Industry Commercial
Warranties. CLIN 0004: One (1) each of Applied Sciences 60/250mm IR lens,
Brand Name or Equal, with the following salient characteristics: (1)
Compatible with IR-M700 and IR-M500 cameras; (2) Focal length, remotely
selectable 60/250mm; (3) F Number, 1.3; (4) Spectral Band, at least, 3.5
to 5 microns; (5) Focal range, at least 50 meters to infinity; (6) Time
to change FOV, less than 1 second; (7) Image format, 10.2 by 13.3mm; (8)
Modulation transfer function at lens center greater than 50 percent; (9)
Modulation transfer function at edge of field, 45 percent or better;
(10)Focus control motors controlled via IR-M700 control connection;
(11)Weight less than 20 lbs. CLIN 0005: One (1) each Applied Sciences
enclosure, for IR-M700 camera with 60/250mm lens, Brand Name or Equal,
with the following salient characteristics: (1) Weather protective
enclosure with ventilation; (2) Cable entrance for power and camera
controls; (3) Sun shade; (4) Mounting base which supports the camera and
lens together. Any contractor submitting a proposal for an equal to the
brand name identified above, must provide clear and convincing
information, including product literature, that the proposed product is
an equal. The Standard Industrial Classification code is 3823 with a size
standard of 500 employees. The contract shall be a firm fixed priced
contract. Delivery shall be made by 15 August 2000 to Naval Surface
Warfare Center, Dahlgren, Virginia. FOB Destination shall apply. The
following is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR Part 12 and in accordance
with Simplified Acquisition Procedures, FAR 13.5-Test Program for Certain
Commercial Items, and supplemental information included in this notice.
This announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. The
solicitation number is N00178-00-R-1059 and is a Request for Proposal.
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-18. All
interested parties shall indicate their interest and capability with
their fax quote at (540) 653-7088 which shall be considered by Naval
Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren,
VA 22448-5100. Interested parties must identify their capability to
provide the specific make and model identified herein or an equal.
PROVISIONS/CLAUSES: FAR 52.212-1, Instructions to Offerors-Commercial
Items applies to this solicitation and is hereby incorporated by
reference. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) applies
(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 offers, in
descending order of importance: Technical capability of the item offered
to meet the Government's requirements, price, and past performance.
Technical capability and past performance, when combined are
approximately three times more important than the proposed price. (b) A
written notice of award or acceptance of an offer, mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer, shall result in a binding contract without
further action by either party. Before the offer's specified expiration
time, the Government may accept an offer (or part of an offer), whether
or not there are negotiations after its receipt, unless a written notice
of withdrawal is received before award. Offerors shall include a
completed copy of the provisions at FAR 52.212-3, Offeror Representations
and Certifications-Commercial Items with its offer. The provision at FAR
52.212-4, Contract Terms and Conditions-Commercial Items, applies to
this acquisition. The provision at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders-Commercial
Items, Subparagraphs (a), (b) 1, 5, 7, 11, 12, 13, 14, 15, 22, and 25.
The provision at DFAR 252.212-7000, Offeror representations and
certifications-Commercial items applies with the requirement that
offeror's provide a completed copy with their offer. The provisions at
DFAR 252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisition of
Commercial Items is applicable with the following provisions of
subparagraph (b) thereof indicated as applicable: 252.225-7007,
252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002, and 252.247-7024.
The following DFARS provisions are applicable to this acquisition: DFAR
252.204-7004 Required Central Contractor Registration, DFAR 252.225-7017
Prohibition on Award to Companies Owned by the Peoples Republic of
China, DFAR 252.225-7006 Buy American Act-Trade Agreements- Balance of
Payments Program Certificate. The following full text clause applies:
Year 2000 Warranty-Information Technology (Feb 1999) and a copy will be
provided upon request. This procurement is DO C9e priority rated. Offer
is due 7 July 2000 no later than 2:00 p.m. (EST) to: Contracting Officer,
Attn: SD113, Building 183, First Floor, Room 102, Naval Surface Warfare
Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
with faxed copies acceptable. Anticipated award by 14 July 2000. Posted
06/15/00 (W-SN465260). (0167)

0 new messages