PHANTOM T2410, 256GB COLOR, F-MOUNT, 1US
ID: N00174-24-SIMACQ-D2-0026Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Nov 16, 2023 8:04 PM
  2. 2
    Updated Nov 16, 2023 8:04 PM
  3. 3
    Due Nov 21, 2023 3:00 PM
Description

Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY

The Naval Surface Warfare Center Indian Head Division (NSWC, IHD) intends to award a firm fixed price contract on a noncompetitive basis to Vision Research for the procurement of PHANTOM T2410, 256GB COLOR, F-MOUNT, 1US. This service/item is a video recording and reproducing equipment used for capturing high-speed footage in color with a storage capacity of 256GB. The contract will be awarded in accordance with FAR 13.106 (b) Soliciting from a single source, as Vision Research is the only known source capable of meeting the government's requirements. Interested parties must provide clear and convincing evidence that competition would be advantageous to the Government by November 21, 2023, at 10AM (EST). Responses must be submitted electronically to Shannon Wooten at Shannon.cloud-wooten@navy.mil. Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gove/portal/public/SAM.

Point(s) of Contact
Files
Title
Posted
3/26/2024
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Notice to Sole Source for High Speed Cameras
Active
Dept Of Defense
Notice to Sole Source for High Speed Cameras The Department of Defense, specifically the Department of the Army, has issued a Special Notice for the procurement of high speed cameras. These cameras will be used by MICC Fort Cavazos in Fort Cavazos, Texas, United States. The contractor awarded this sole source contract will be responsible for providing the Phantom High Speed Digital Imaging Cameras to MICC Fort Cavazos. These cameras are essential for capturing high speed images and videos in various applications. The procurement falls under the North American Industry Classification System (NAICS) code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing. The size standard for this requirement is 1,000 employees. Vendors who believe they can meet the requirements stated in the notice may submit a response by July 30, 2024, 4:00 p.m. CST. The response should be sent in writing to lexie.a.morin.civ@army.mil and lucy.u.bonner.mil@army.mil, with the subject line including FC 24-38. It is important to note that the government has the discretion to determine whether or not to compete the proposed order based on the responses received. Prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov prior to award, in accordance with FAR part 4.11. Please ensure the accuracy and completeness of your work to avoid any negative consequences.
Goldeye Cameras
Active
Dept Of Defense
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), seeks to procure Goldeye cameras and accessories. This combined synopsis and solicitation, labeled N0017824Q6939, aims to purchase cameras that are compatible with the current system in use, emphasizing the need for form, fit, and functional compatibility with the existing setup. The cameras in question are the Goldeye G-130 VSWIR TEC1, manufactured by Allied Vision Technologies. There is an urgent requirement for these cameras, which are mission-critical and must be sourced from authorized resellers only. The NSWCDD intends to acquire these cameras on a brand-name or equal basis, where offerors are free to propose alternative brands if they can match the specified requirements. This opportunity falls under the NAICS code 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) and PSC code 6720 (Cameras, Still Picture). Offerors should provide a complete representation as per FAR solicitation provision 52.212-3, along with any historical data and published pricing. It's emphasized that only authorized resellers with a Letter of Authorization can submit quotes, which will be evaluated based on lowest price and technical acceptability. Interested parties should submit their proposals by 1st August 2024 at 12:00 p.m. EST, after which an award will be made by September 2024. It's mandatory for applicants to be registered in the System for Award Management (SAM), and all submissions should be directed to the primary contact, Marcia Rennie, via email. For clarity, offerors should carefully review the attached SF1449 document, which provides additional details and clauses incorporated into this solicitation.
SOLE SOURCE - FEI COMPANY
Active
Dept Of Defense
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, has issued a combined synopsis and solicitation (N00164-24-Q-0105) for a sole-source contract with FEI Company. The purpose is to procure maintenance support for the Helios 5 Laser PFIB, a tri-beam system, for a period of one year. The NSWC requires the services of FEI Company due to the proprietary nature of the equipment's technical schematics and the potential risks involved in allowing unauthorized sources to perform maintenance. This contract is, therefore, being awarded without competition. However, the NSWC will consider capability statements from all responsible sources. The work involves providing maintenance and support for the Helios 5 Laser PFIB system, ensuring its optimal performance. The key deliverables include troubleshooting, repairs, and general maintenance services. To be eligible, applicants must be registered in the System for Award Management (SAM) and possess the necessary experience and expertise in electronic and precision equipment repair, aligning with NAICS code 811210. The estimated funding for this contract is expected to be around $100,000 to $250,000. The contract will be awarded based on a fixed-price scenario. Offerors must submit their quotes, along with all required information, by 30 July 2024 at 4:00 PM Eastern Time. Late submissions will not be considered. Quotes should be emailed to sandra.e.gunderman.civ@us.navy.mil, as per the primary contact for this opportunity. Offerors should carefully review the solicitation number N00164-24-Q-0172 for further instructions and specific requirements. The evaluation criteria will primarily focus on the responsiveness of the quotes to the stated requirements. The NSWC Crane reserves the right to award the contract without conducting discussions or negotiations. For further inquiries, interested parties may contact Sandra Gunderman at the provided email address. More information may also be found on the SAM website.
CIWS BrickPASS Upgrade
Active
Dept Of Defense
Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC, IHEODTD) intends to award a firm fixed price contract on a noncompetitive basis to CODA OCTOPUS COLMEK. The purpose of this contract is to upgrade the internal hardware of 25 PASS computers provided by the government to the contractor. The contractor will procure the necessary component kits and perform the upgrades, test the functionality of the computers, update markings on the chassis, and return the computers to the government. The first 8 units are required by October 30, 2024, and the remaining units are due by the end of the contract's performance period. This procurement is being conducted under FAR 13.106 (b) as a sole source acquisition, as CODA OCTOPUS COLMEK is the only known source capable of meeting the government's requirements. The NAICS code for this requirement is 334111, and the FSC code is J010. The resulting contract will be a firm fixed price contract. Interested parties must demonstrate their capability to respond to this requirement by August 1, 2024, by 10AM (EST). Responses should provide clear and convincing evidence that competition would be advantageous to the government. The determination not to compete this proposed contract action is solely within the discretion of the government. Interested vendors must be registered in the System for Award Management (SAM) and should email their statements, quotes, and capabilities to James (Jimmy) Ludwick at james.e.ludwick2.civ@us.navy.mil.
Notice of Intent; VSC9000 Video Spectral Comparator
Active
Justice, Department Of
Notice of Intent: VSC9000 Video Spectral Comparator The Department of Justice, Federal Bureau of Investigation, Division 0700, has issued a Special Notice for the procurement of a VSC9000 Video Spectral Comparator. This instrument is typically used in analytical laboratories for manufacturing purposes. The FBI intends to award a sole-source, one-time, firm-fixed-price contract to Foster and Freeman USA, Inc., a Small Business, for the procurement of one (1) VSC9000 Instrument. The place of performance for this contract is Quantico, Virginia, United States. Interested parties must contact Contracting Officer Bryan Lane via email at bvlane@fbi.gov by August 6th, 2024, at 10:00 AM (EST). Only emailed responses will be considered. The response should include the firm's Unique Entity ID (UEI) number and their Business Size. The Government will determine whether to conduct a competitive procurement based on the received information. Vendors must be registered in SAM (System for Award Management) to be eligible for government contracts. It is important to ensure that the company's SAM information is updated and accurate, including the TIN, EFT, DUNs, UEI, addresses, and contact information. The EFT banking information on file in SAM will be used for payment processing. Please note that this notice of intent does not bind the Government to solicit for or award a contract.