Federal Bid

Last Updated on 03 Sep 2021 at 4 PM
Solicitation
Curtis bay Maryland

AUTOMATION SYSTEM, VIDEO CAMERA

Solicitation ID 70Z08521Q30122B00
Posted Date 03 Sep 2021 at 4 PM
Archive Date 03 Oct 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Curtis bay Maryland United states 21226

Description

THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW.

QUOTES MAY SUBMITTED BY EMAIL TO [email protected] OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS SEPTEMBER 18, 2021 at 12:00 pm EST.

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. The NAICS code for this solicitation is 334310. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.

This acquisition is __ unrestricted _X_set aside: _X_100% for: _X_ small business

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer.

Substitute part numbers are NOT acceptable.

It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only INDUSTRIAL VIDEO & CONTROL CO. LLC and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable.

ITEM #1:
NSN: 5836 01-644-9058
DESCRIPTION: AUTOMATION SYSTEM, VIDEO CAMERA
PART NUMBER: MZ-3110-66-R2

DESCRIPTIVE DATA:

NSN: 01-644-9058

OLD P/N: MZ-3110-66

NEW PN: MZ-3110-66-R2

ITEM: AUTOMATION SYSTEM, VIDEO CAMERA

CAGE: 3BQH5

OEM: INDUSTRIAL VIDEO & CONTROL CO

ESTIMATED LEAD TIME: 6 MONTHS

QTY PER HULL: 25

SPECS:

IMAGER: 1/3 COLOR CCD

MIN. ILLUM: 0.25 LUX (COLOR); 0.1 LUX (B/W)

WHITE BALANCE: AUTO

IRIS, GAIN, & EXPOSURE: AUTO

VIEW ANGLE: 25 - 86

FOCAL LENGTH: 2.8 X 12.0 MM

F-NUMBER: 1.2

NETWORK: 100BASE-T CAT5 (RJ-45)

I/O TERMINALS: 1 INPUT, 1 OUTPUT

RESOLUTION: 704 X 480 PIXELS

COMPRESSION: M-JPEG, MPEG-4, H.264

FRAME RATE: 30 FPS

PROTOCOLS: TCP/IP, HTTP, HTTPS, FTP, SMTP

WEIGHT: 8 LBS.

POWER REQ.: IEEE 802.3AF COMPLIANT POE

POWER CONS.: 7 W

OPER. TEMP: 32 F - 122 F

DIMENSIONS: 15.00 L X 4.25 H X 4.25

PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:

PACKAGING SPECS:

1.) MIL-STD-20731E - REFER TO METHOD 10. PACKAGING SHOULD BE APPROPRIATE TO PART, SIZE, WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING CONDITIONS / CLIMATES. PART MUST BE APPROPRIATELY SECURED, AND CUSHIONED BY FOAM OR BUBBLE WRAP TO PREVENT EXCESSIVE MOVEMENT AND DAMAGE DURING SHIPPING.

1. A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7; 5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E (**ONLY IF APPLICABLE TO PART**)

2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH.4, REQUIRED ID MARKING, EX: PARAGRAPH 4.1 FIGURE 1 - MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIALS AS REFERENCED IN DOCUMENT. LABELS: IAW MIL-STD-129P W/ CHANGE 4, PARAGRAPH 4.1IDENTIFICATION MARKINGS; BARCODING IS NOT REQUIRED. (PG.21).

2. A) VISIBLY MARK / LABEL ALL ELECTRONIC EQUIPMENT WITH "STORE INDOORS ONLY"

WARNING. ITEMS THAT ARE NOT INDIVIDUALLY PACKAGED, AND / OR LABELED WITH THE

REQUIRED FORMAT WILL BE RETUREND TO THE VENDOR FOR REPACKAGING.

USED ON: WMSL CCTV SYSYEM

INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO

QTY: _30_ PRICE: $____________UNIT OF ISSUE: _EA_ TOTAL: $____________

COAST GUARD’S REQUESTED DELIVERY DATE: ON or before 09/19/2022

VENDORS EARLIEST/BEST DELIVERY: __________ARO (Day / Week / Month)

The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.

CREDIT CARD: _____YES_____NO PURCHASE ORDER: _____YES_____NO

PAYMENT TERMS: ______________ SMALL BUSINESS: ___YES ___NO

VENDOR NAME: ______________________________________________

VENDOR ADDRESS: ______________________________________________

_______________________________________________

VENDOR POC: ____________________________________________________

PH: _________________________________ FAX: ________________________

EMAIL: ___________________________________________________________

*TIN NO: ____________________________________ (Required – Must be Included)

*DUNS NO: __________________________________ (Required – Must be Included)

ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD)

(www.sam.gov): _______YES ________NO

Part covered under GSA Contract _____YES______NO (if yes, mark below)

CONTRACT NUMBER: ______________________

Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following:

* Estimated shipping: $___________ (MUST BE INCLUDED, if not FOB Destination)

*If FOB Origin pricing (City, State): ______________________________________

*SHIP TO:

United States Coast Guard SFLC
Receiving Room – BLDG 88
2401 Hawkins Point RD
Baltimore, MD 21226

NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM

It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.  THIS AWARD WILL BE BASED ON PRICE.

OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:

Disclosure: The Offeror under this solicitation represents that [Check one]:

__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.
(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUNE 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.

The following FAR Clauses apply to this solicitation. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2021)

(1)  52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (JUNE              2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).

(2)52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 u.s.c.6101 note).
(3) (i) 52.219-6, Notice of Total Small Business Aside (NOV 2020) (15 U.S.C. 644).
(4) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)).
(5) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2)).
(6) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(7) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).
(8) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(9) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).
(10) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUNE 2020) (29 U.S.C. 793).
(11) (i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627).
(12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUNE 2020) (E.O. 13513).
(1) (i) (11) (i) 52.225-1, Buy American Supplies  (JAN 2021)
(13) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(14) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Oct 2018) (31 U.S.C. 3332).

Bid Protests Not Available

Similar Past Bids

Curtis bay Maryland 06 Jul 2020 at 1 PM
Baltimore Maryland 13 May 2021 at 3 PM
Baltimore Maryland 13 May 2021 at 3 PM
Curtis bay Maryland 05 May 2022 at 7 PM
Alameda California 02 Dec 2021 at 3 PM

Similar Opportunities

Picatinny arsenal New jersey 14 Jul 2025 at 7 PM
Picatinny arsenal New jersey 28 Jul 2025 at 7 PM
California 15 Jul 2025 at 9 PM
Columbus Ohio 17 Jul 2025 at 3 AM
Columbus Ohio 22 Jul 2025 at 3 AM