67 -- THERMAL IMAGING SYSTEM

Solicitation Number: HC1019-06-Q-0001
Agency: Defense Information Systems Agency
Office: Procurement Directorate
Location: DITCO-Pacific
  • Print
:
HC1019-06-Q-0001
:
Combined Synopsis/Solicitation
:
Added: December 29, 2005
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ HC1019-06-Q-0001. A subsequent solicitation document will not be issued.

Defense Information Systems Agency, Procurement and Logistics, DITCO-Pacific, intends to award one purchase order for the one (1) each of the following items: (1) C-POD thermal imager, focal length 100-500mm dual focal length lens, 3-5 microns, f/4, minimum FOV 5.5o X 4.125o, operating temperature range (oC) –20 to +50; non-operating temperature range (oC) –40 (minimum) to +70, humidity 0% (minimum) to 95% (maximum) RH, environmentally sealed, power input 11-16 VDC, 30 watts (maximum), weight ~17 pounds (maximum); (2) C-POD cable, 14 feet (standard), Cable interface for thermal camera systems with single connector interface (Connector on one end and finished with flying leads.); and (3) QPT-201C Marine resistant pan and tilt positioning system, meets ASTM-B-117 for salt spray environments, 20 pound load (12 and 24 VDC); aluminum housing with marine spec paint finish, hardware – stainless steel, weather resistant, power requirement 24 VAC 60 Hz, pan range 435o + 217.5o, tilt range 180o + 90o, tilt speed (+)1o – 12o/sec, accuracy 0.25o, weight ~13 pounds.



The Quickset pan and tilt (PT) positioning system (marine version) must be equipped with the “pass-thru wiring” option for the thermal imager and the thermal imager communication protocol must be compatible with the Quickset PT system to allow for full control of all imager features, (i.e., zoom, palette selection, etc.) through the use of DVTEL NVMS 3.0 software.



FOB Destination: Space and Naval Warfare Systems Activity Pacific (SPAWARSYSACT PAC), 675 Lehua Avenue, Bldg. 992, Pearl City, Hawaii 96782.



Items must be ready for immediate delivery upon award of the purchase order. Required delivery time is seven (7) days after receipt of order.



The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:



52.204-7 Central Contractor Registration (OCT 2003)

52.212-1 Instructions to Offerors—Commercial Items (JAN 2005)

52.212-2 Evaluation—Commercial items (JAN 1999) – Offerors will be evaluated based on compliance with the description of the items identified and price

52.212-4 Contract Terms and Conditions—Commercial Items (SEP 2005)

52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)



Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (SEP 2005), the following clauses apply and are incorporated by reference:



52.222-3 Convict Labor (JUN 2003)

52.222-19 Child Labor – Cooperation with Authorities and Remedies (JUN 2004)

52.222-21 Prohibition of Segregated Facilities (FEB 1999)

52.222-26 Equal Opportunity (APR 2002)

52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001)

52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)

52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001)

52.225-13 Restrictions on Certain Foreign Purchases (MAR 2005)

52.232-33 Payments by Electronic Funds Transfer – Central Contractor Registration (OCT 2003)

52.212-5 Facsimile Proposals (OCT 1997)



The following clause is incorporated in full text:



52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2005)

An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (Refer to FAR for additional verbiage.)



The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:



252.204-7004 Required Central Contractor Registration, Alternate A (NOV 2003)



Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2005), the following clauses apply and are incorporated by reference:

252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)

252.247-7023 Transportation of Supplies by Sea, Alternate III (MAY 2002)

At a minimum responsible offerors shall provide the following: Provide a price quotation on letterhead which identifies the requested item with its unit price, name and/or model number of item for priced items, delivery schedule, total price (FOB DESTINATION TO HAWAII), prompt payment terms, remittance address, tax I.D. #, DUNS #, and CAGE Code. Responses to this solicitation are due by 10 January 2006, at 2:00 P.M., HST. Offerors can be e-mailed to Ann.Kiyono@disa.mil, or faxed to (808) 472-2522, attn: Ann Kiyono. Reference RFQ HC1019-06-Q-0001.

:
Defense Information Systems Agency, Procurement and Logistics, DITCO-Pacific, 477 Essex Street, Pearl Harbor, HI, 96860-5815
:
Space and Naval Warfare Systems Activity Pacific (SPAWARSYSACT PAC) 675 Lehua Avenue, Bldg. 992, Pearl City, Hawaii
96782
:
Cindy Nakayama , Contract Specialist, Phone 808-473-3704, Fax 808-473-2522, Email nakayamac@pharbor.disa.mil - Cindy Nakayama , Contract Specialist, Phone 808-473-3704, Fax 808-473-2522, Email nakayamac@pharbor.disa.mil