Federal Bid

Last Updated on 27 Feb 2010 at 9 AM
Combined Synopsis/Solicitation
Center Kentucky

NVIS Monoscope SX system or EQUAL

Solicitation ID 1300142877
Posted Date 27 Jan 2010 at 6 PM
Archive Date 27 Feb 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states 12350
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested, and a written solicitation will not be issued. This solicitation, reference number 1300142877, is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect through FAC 2005-38 (Correction). All timely offers will be considered. This procurement is being solicited as a 100 percent small business set-aside. The North American Industry Classification System (NAICS) Code for this requirement is 334119 with a business size of 500 employees. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR Part 13.5. REQUIREMENT/SPECIFICATIONS: The CLIN structure of the acquisition will be as follows: CLIN 0001: NVIS Monoscope SX system (Part Nos. S10079-1, S10102-1 and P10110-1), or EQUAL Deliverable items will be insured through final destination by the award recipient of the requirement. The Government’s requirements for the items to be acquired follows: CLIN 0001, NVIS Monoscope SX system (Part Nos. S10079-1, S10102-1 and P10110-1), or EQUAL •Virtual monocular with 1280 x 1024 display resolution. •60 Hz vertical frame rate. •24-bit color depth. •Will accept VGA or DVI PC video input. •Small display head form factor (2.15in H x 1.9in W x 6.3in) that allows for installation within portable lightweight designator/rangefinder (PLDR) laser target designator housing. •Support for 32mm eyepiece with 40-degree (diagonal) field-of-view (see CLIN 0003). •Display head and video control unit are separate with at least 2.5 meter separation capability. •Display head can be separated into display module and display module control electronics allowing display head components to be individually mounted within PLDR housing. •Display module control electronics can be separated from display module via flexible interface by at least 40mm and mounted independently within PLDR housing. •Display module has max dimensions of 42mm H x 42mm W x 26mm D to allow for mounting within PLDR housing immediately behind the design eyepiece location. •Firmware is software programmable to allow for: color sequence upgrades, gamma adjustment, image brightness adjustment, image orientation change (flip up-down, left-right), color balancing, and display centering. •Allows changes in the vertical and horizontal sync front and rear porch settings to allow for synchronization with Supporting Arms Virtual Training (SAVT) image generators’ video output •Doesn’t interfere with operation of 3DOF inertial/magnetic tracking system installed in PLDR. •Includes NVIS SX video control unit Part No. S10102-1, or EQUAL •Includes 32mm eyepiece for Monoscope SX, Part No. P10110-1, or EQUAL Quotes shall include best delivery terms. Delivery shall be made FOB destination to: Naval Air Warfare Center Training Systems Division Code AIR 4622 12350 Research Parkway PARTNERSHIP ONE 116I Orlando FL 32826 ATTN: Richard Hebb (407) 380-4578 The Following FAR provisions apply to this acquisition: 52.212-1Instructions to Offerors--Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Note: Use of Online Representations and Certifications Application [ORCA] is Mandatory) (AUG 2009) 52.225-2 Buy American Act Certificate (FEB 2009) The Following FAR/DFARS clauses apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, ALT I (SEP 2006) 52.212-4 Contract Terms and Conditions -- Commercial Items (MAR 2009) 52.225-1 Buy American Act – Supplies (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-28 Post-Award Small Business Program Rerepresentation (APR 2009) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEC 2009). Within 52.212-5, the following clauses apply: 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (FEB 2008) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers With Disabilities (JUN1998) 52.222-50 Combating Trafficking in Persons (AUG 2007) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (JAN 2009). Within 252.212-7001, the following clause applies: 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following NAVAIR clauses apply to this acquisition: 5252.204-9504 DISCLOSURE OF CONTRACT INFORMATION (JAN 2007) 5252.232-9513 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAR 2009) The government intends to make award to the eligible, responsible offeror providing the best value to the government based upon technical capability, delivery terms, and price. Payments will be made through Wide Area Work Flow (WAWF). INSTRUCTIONS: Provide sufficient technical literature, pictures, diagram, drawing and descriptive literature/documentation, in order for the Government to make an adequate technical assessment of the product capabilities of the offeror. Submit the name of the manufacturer and part number you are quoting. Vendors shall provide a completed copy of the provision of 52.212-3. If vendors are registered in ORCA, vendors shall submit supplemental information not provided in ORCA. The full text of the Federal Acquisition Regulation (FAR) and the Department of Defense FAR Supplement (DFARS) can be accessed on the Internet at http://farsite.hill.af.mil. Vendors must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Quotes shall be received no later than 4:00 p.m. EST, on 4 Feb 2010. Quotes must be in writing and may be e-mailed, faxed or mailed to: Naval Air Warfare Center Training Systems Division Orlando, Florida, 12350 Research Parkway, Orlando, FL 32826, ATTN: David Srinivasan, Fax: (407) 380-4164, Telephone: (407) 380-1826, E-mail: [email protected]. Vendors submitting their quotes via e-mail are cautioned that files over 10MB and zip files might be rejected by the Navy’s server. To ensure quotes are received in a timely fashion, vendors are highly encouraged to use multiple delivery methods. Please confirm receipt prior to closing date and time. For information or questions regarding this RFQ, contact David Srinivasan at (407) 380-1826.
Bid Protests Not Available

Similar Past Bids

Natick Massachusetts 09 Jul 2008 at 7 PM
Location Unknown 01 Jun 2012 at 5 PM
Corona California 31 Jul 2014 at 9 PM
Location Unknown 11 Jan 2022 at 5 AM

Similar Opportunities

Lackland air force base Texas 11 Jul 2025 at 7 PM
Orlando Florida 01 Aug 2027 at 4 AM (estimated)
Pine bluff Arkansas 11 Jul 2025 at 7 PM
Natick Massachusetts 31 Jul 2025 at 8 PM