This procurement will be 100% small business set-aside. Offerorâs other than small businesses are also invited to submit proposals. If no acceptable offers are received from small business, the set-aside will be automatically dissolved and offerâs received from other than small business may be considered for award. NOTE: Please pay close attention to the evaluation criterior set forth in the solicitation. 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; proposals are being requested and a written solicitation will not be issued. Solicitation N00174-05-Q-0115 is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. THIS IS A SMALL BUSINESS SET ASIDE. See Note 1 The NAICS code is 333314 and the size standard is 500. The offeror shall provide firm fixed price for one fully operational High Speed Camera with the following specifications: No less than 640 X 480 resolution at no lower than 5000 frames per second. Record no less than 100,000 frames per second. No less than 4 Gigabyte! s of image memory. C-mount lens adapter or housing. Two lenses: one 50mm and one of the following - a 28-80mm zoom, or a 28-105mm zoom. A tripod, motion analysis and data acquisition software compatible with Windows 2000 or XP. Able to withstand a 100G shock for at least 5 milliseconds, Carrying case. F.O.B. Destination for this requirement. The government requires delivery of the system by no later than 30 Days after date of valid purchase order. The following provisions apply: 52.212-1, Instructions to Offerors âCommercial 52.212-4, Contract Terms and Conditions â Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, 52.212-2, Evaluation â Commercial Items â the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1: Contractor makes affirmative statement that they can meet or exceed the specifications listed in the solicitation. Factor 2: Past! Performance â Offerors shall provide three references for product performance with name, telephone, fax and e-mail address. Other sources for past performance information shall be used as available. Factor 3: Price. All offerorâs must provide with their proposal a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003). For electronic copies e-mail Georgia Warder. All responses must be received no later than 2 p.m. Eastern Standard Time on 15-July-2005. Electronic response via fax (301-744-6632) or e-mail (
[email protected]) are encouraged. Provide responses to Georgia Warder, Code 113A, building 1558, NSWC Indian Head, MD 20640-5035. The government point of contact for this acquisition is Georgia Warder 301-744-6679 or
[email protected]. This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located ! at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command.
Bid Protests Not Available