Federal Bid

Last Updated on 10 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Photron FASTCAM SA4

Solicitation ID F1TBBB3182A001_PhotronCamera
Posted Date 01 Aug 2013 at 9 PM
Archive Date 10 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location United states
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for the purchase of a high resolution camera. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures; FAR Part 12, Acquisition of Commercial Items, 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. The announcement number is F1TBBB3182A001. This is a 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 334220 with a small business size standard of 750 employees. Please identify your business size in your response based upon this standard. Evaluation will be based on the following factors (in order of precedence): Meet/does not meet government need, price and delivery schedule.
This is a Brand Name Only solicitation for Photron components. All components must be certified by the respective aforementioned manufacturer.

Requirement:

(1 EA QTY) PHOTRON FASTCAM SA4

Required Specifications:
- Ability to integrate seamlessly with sensors already existing in the laboratory requires integration with National Instrument Data Acquisition through Lab view control. This provides an exact correlation between the video frames and data collected through different sensors
- High resolution (1024x1024) at high frame rate (3600 fps)
- A top speed of 500,000 frames per second
- 32 GB storage
- Maximum shutter speed of 1/1000000 seconds
- CMOS sensor for light sensitivity
- Mechanical black balance shutter
- Both C and F-mount plates
- PFV3 software
- Gig-E communications
- Ability to sync camera with external GPS time code
- Selectable triggering

Quoted price should include FOB Destination. Required delivery date is no later than 30 days ARO. Expedited delivery schedules accepted and encouraged.

The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-68 effective 22 Jul 2013, DFARS DPN 201300710 effective 10 Jul 2013, and AFFARS current thru AFAC 2013-0327 effective 27 Mar 2013. The following provisions and clauses are applicable:


• FAR 52.212-1, Instructions to Offerors - Commercial (Jul 2013)
• FAR 52.212-2, Evaluation, Commercial Items (Jan 1999)
• FAR 52.212-3, Offeror Representations and Certifications (Jul 2013)
• FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jul 2013)
• FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -
Commercial Items (Jul 2013) (Alternate II - Jul 2013)
• FAR 52.247-34, F.O.B Destination (Nov 1991)
• FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998): http://farsite.hill.af.mil/;
 DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009)
• DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A (May 2013)
• DFARS 252.204-7007 Alt A, Annual Representations and Certifications Alt A (May 2013)
• DFARS 252.211-7003, Item Identification and Valuation (Jun 2013)
• DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Dec 2012);
• DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012);
• DFARS 252.247-7023, Transportation of Supplies by Sea (Jun 2013); Alt III (May 2002)
• DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013);
• DFARS 252.232-7010, Levies on Contract Payments (Dec 2006);
• H-850 Local clause for WAWF

Incorporated by full text:
• DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (Jun 2013)

(a) In accordance with sections 8124 and 8125 of Division A of the
Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has
Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that-

(1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority
Responsible for collecting the tax liability,

(2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)


Please provide a response to clause DFARS 252.209-7999 with your quotation.

To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil

Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award.

Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 4:00 P.M., Central Standard Time on 14 Aug 2013. Send all packages via email to Chantel Rutland at [email protected]. For questions, contact Chantel Rutland at 850-882-0259 or by e-mail at [email protected].
Approved,

____________________
NICOLE A. ANDERSON
Contracting Officer

Bid Protests Not Available

Similar Past Bids

Hanover New hampshire 04 Apr 2019 at 7 PM
Newport Rhode island 17 Jan 2018 at 9 PM
Dugway Utah 30 Jan 2015 at 12 AM
Natick Massachusetts 20 Aug 2021 at 2 PM
Brookpark Ohio 15 Sep 2016 at 8 PM

Similar Opportunities

Columbus Ohio 14 Jul 2025 at 4 AM
Cherry point North carolina 11 Jul 2025 at 4 AM
Americus Georgia 16 Jul 2025 at 2 PM