Industrial Videoscope System Kits
ID: 70Z03824QE0000003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of Industrial Videoscope System Kits. This opportunity involves a requirements contract for one base year and up to four option years, focusing on brand name or equal items from Evident Scientific Inc., with specific models and salient characteristics detailed in the solicitation. The videoscopes are critical for inspection and analysis in various operational environments, ensuring compliance with military standards for durability and functionality. Interested vendors must submit their quotations by September 20, 2024, with questions due by September 13, 2024, and can contact William Swinson II or William P. Morris via email for further information.

    Point(s) of Contact
    William Swinson II
    William.T.Swinson3@uscg.mil
    William P. Morris
    william.p.morris@uscg.mil
    Files
    Title
    Posted
    The document outlines the salient characteristics of a 2.4mm videoscope intended for government procurement through RFPs or grants. Key features include a flexible insertion tube of 2.2mm diameter and 1.2m length, with a high optical system offering a 120° field of view and a depth of field ranging from 3mm to 80mm. The device has a control unit powered by USB with high-intensity LED illumination and offers various image manipulation functions such as digital zoom and brightness control. Recording capabilities include still images at H500 × V500 pixels and video at H392 × V392 pixels at 30 FPS. The operating environment specifications indicate a wide temperature range and various humidity and liquid resistance capabilities, suitable for diverse conditions. Additional accessories for protection and portability, including a protection box and carrying case, are detailed. Overall, this document serves to provide potential vendors with technical specifications necessary for responding to government requests for proposals related to medical or inspection technology equipment, ensuring they meet the required performance standards for safety and functionality.
    The document outlines the salient characteristics of a 4 mm videoscope designed for industrial or medical applications. Key features include a flexible insertion tube (2.0m length, φ4 mm diameter), a temperature warning sensor, and electronic articulation for maneuverability (up to 130° articulation). The system operates on both AC power and a rechargeable battery, providing approximately 90 minutes of usage. Video capabilities include HDMI output and wireless streaming, with image enhancements such as 5x digital zoom and adjustable brightness. Recording functionalities utilize Micro SDHC media for continuous video and still image recording in various pixel resolutions (H768 x V576). Measurement features enable users to define object dimensions and spatial relationships. Environmental tolerances are significant, with the device functioning in extreme temperatures and various humidity levels while meeting several military standards for durability (MIL-STD-810G and MIL-STD-461G). Optical adaptor specifications further enhance the videoscope's flexibility in viewing angles and distances, supporting advanced measurement. This document serves as a technical specification for potential purchasers responding to government RFPs, ensuring compliance and compatibility with project requirements regarding inspection and analysis technology.
    The document details the salient characteristics of a 6 mm videoscope, outlining its specifications, functionalities, and operating environment. Key features include a 3.5-meter insertion tube with a high-durability tungsten braid, a true-feel electronic articulation system, and a flexible tube design. The device is equipped with a 4.3-inch WVGA LCD display, high-resolution LED illumination, and various recording management functions such as JPEG image capture and MPEG 4 video recording. Power can be supplied via AC adapter or a rechargeable battery, providing approximately 90 minutes of operation. The videoscope supports numerous measurement functions and is designed to operate in a wide range of temperatures and humidity, ensuring durability in diverse environments. Additionally, it complies with military standards (MIL-STD-810G and MIL-STD-461G) for vibration, shock, water resistance, and electromagnetic interference. The included optical tip adaptor offers a 120° field of view and a depth of field from 2mm to 200mm. The document's purpose likely relates to government RFP processes for procuring medical or inspection technology, emphasizing the device’s advanced functionality and compliance with rigorous standards for reliability and safety in critical applications.
    This document outlines a request for proposal (RFP) for the provision of industrial videoscopes by a government agency. It specifies details for both a base period and four option periods ranging from January 30, 2025, to January 29, 2030. Each item, including various models of videoscopes, lists the estimated quantity and unit price, which is currently set at $0.00 for all items. The vendor is required to complete specific information regarding lead time and shipping methods for each period. Instructions emphasize the importance of filling in all requested fields, including potential additional charges or prompt payment discounts. The communication contact for any inquiries is provided. The primary purpose of this document is to solicit detailed quotations from suppliers while ensuring compliance with government procurement requirements. The format is consistent across all periods, forming a structured approach that organizes the proposal requirements clearly.
    The document outlines a combined synopsis and solicitation for the procurement of industrial videoscope kits by the U.S. Coast Guard. It delineates terms and conditions for the competitive bidding process, emphasizing the importance of providing a technically acceptable quotation at the lowest price. Offerors must ensure their products meet specified characteristics and include clear traceability to Original Equipment Manufacturers (OEMs). Certain representations and certifications are required based on the offeror's business status, including small disadvantaged and women-owned business designations. The submission guidelines stress the need for detailed product descriptions, pricing information, and compliance with various regulations, including stringent quality assurance measures. Furthermore, the document describes expectations for product packaging, shipping, and invoicing, specifying that all items must be delivered to the USCG Aviation Logistics Center within 90 days. It also references numerous federal acquisition regulations that govern the solicitation process and highlights the importance of compliance with safety and ethical standards, including whistleblower protections and safeguarding contractor information systems. Ultimately, this document serves as a comprehensive guide for prospective contractors aiming to engage with the federal government in the acquisition of specialized equipment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various items necessary for the maintenance of the MH-60T helicopter. This procurement will be conducted as a sole-source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), due to the specialized nature of the components, which include spacers, straps, and levers that adhere to critical operational standards. The items are essential for maintaining the operational readiness of USCG helicopters, and delivery is requested within 90 days after receipt of order, with early shipments encouraged. Interested vendors may submit quotations to Ashley Winslow at ashley.r.winslow@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil by September 20, 2024, at 2:00 PM EDT, referencing solicitation number 70Z03824QJ0000370.
    66--BORESCOPE KIT
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of a Borescope Kit, specifically NSN 6650017011192, with a total quantity of 74 units required. This procurement aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total order value reaches $250,000, with an estimated four orders per year and a guaranteed minimum quantity of 11 units. The Borescope Kit is critical for inspection and maintenance operations, ensuring the reliability and safety of various defense equipment. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation will be available through the DLA's online platform, and hard copies will not be provided.
    Non-Destructive Inspection (NDI) Training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide Non-Destructive Inspection (NDI) training services under a combined synopsis/solicitation. The procurement aims to deliver initial NDI training for 30-45 students, along with NAS-410 Level 3 certification for one individual per training period, over a five-year contract period consisting of one base year and four option years. This training is crucial for ensuring the airworthiness of aircraft and compliance with regulatory standards, covering four NDI methods: Fluorescent Penetrant, Magnetic Particle, Eddy Current, and Ultrasonic. Interested parties must submit their quotations by October 2, 2024, with an anticipated award date around January 31, 2025. For further inquiries, contact Rose Bateman at rose.a.bateman@uscg.mil or Jackson Perry at Jackson.S.Perry@uscg.mil.
    VALVE, SOLENOID
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of three solenoid valves under solicitation number 70Z08524Q40225B00. The requirement includes strict adherence to federal guidelines for packaging, shipping, and invoicing, with delivery expected by October 24, 2024, and quotes due by September 11, 2024. These solenoid valves are critical components used in various applications, emphasizing the importance of regulatory compliance in federal procurement practices. Interested vendors must ensure they are registered in SAM.gov and can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    KIT, REPAIR PARTS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is soliciting quotes for a repair parts kit identified by NSN 2030 01-485-7209, with a required delivery date of January 31, 2025. Vendors are expected to provide a total of 15 units, adhering to strict military packaging specifications, and must include all costs, including shipping to Baltimore, MD, in their quotations. This procurement is crucial for maintaining operational readiness and ensuring the availability of necessary repair parts for Coast Guard operations. Interested vendors must submit their quotes by September 18, 2024, and ensure they are registered in the System for Award Management (SAM) prior to award; for further inquiries, contact Gina Baran at gina.m.baran@uscg.mil.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    Overhaul of Valve, Solenoid
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified vendors regarding the overhaul of solenoid valves, a critical component in aviation logistics. This sources sought notice aims to identify potential sources capable of performing the overhaul, which must be conducted by the Original Equipment Manufacturer (OEM) or an authorized facility, with appropriate documentation required. The USCG emphasizes that this notice is for market research purposes only and does not constitute a solicitation for proposals or quotes, with responses due by September 23, 2024, at 2:00 PM EDT. Interested parties should direct their responses to Trenton Twiford at trenton.c.twiford@uscg.mil, including the reference number 70Z03824IJ0000063 in the subject line.