STATE OF WASHINGTON



[pic]

State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 ( Olympia, Washington 98504-1017 ( (360) 902-7400



INVITATION FOR BID (IFB)

Technical Rescue Equipment (Homeland Security)

|Contract Number | |Bid Opening Date & Time |

|02803 | |May 6, 2003- 2:00 PM. |

| |

|Note: Bid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, |

|only the name of the bidder and time of bid receipt will be read aloud. |

Please return bids to above address

John Farley

State Procurement Officer

Phone (360) 902-7418

Fax (360) 586-2426

E-mail jfarley@ga.

For a site map to the Capitol Campus, click .

Driving directions and parking information

Table of Contents

1 ANNOUNCEMENT AND SPECIAL INFORMATION 3

1.1 BID INFORMATION 3

1.2 SCOPE 3

1.3 PROGRAM MANAGEMENT REIMBURSEMENT 3

1.4 Sales and Subcontractor Report 4

1.5 PRICING AND ADJUSTMENTS 4

1.6 SAMPLES 4

1.7 EVALUATION CONFERENCE 4

1.8 REFERENCES 4

1.9 CONTRACTOR’S REPRESENTATIVE 4

1.10 PURCHASING CARD ACCEPTANCE 4

1.11 BID EVALUATION / AWARD 5

1.12 DEALER AUTHORIZATION 5

1.13 BIDDER COMPLIANCE 5

2 BID SUBMITTALS 6

2.1 OFFER AND AWARD 6

2.2 PRICE SHEETS 7

2.3 BID INFORMATION 8

2.4 REFERENCES 9

3 SPECIFICATIONS – 11

3.1 Thermal Imager 11

3.2 LISTENING DEVICE 15

4 CHECK LIST 18

5 SPECIAL TERMS AND CONDITIONS 19

ANNOUNCEMENT AND SPECIAL INFORMATION

This invitation includes two separate parts. This document, entitled Invitation for Bid, is Part 1. Part 1, when completed signed and submitted becomes your official bid document. Part 2, entitled Competitive Procurement Standards contains the Standard Terms and Conditions, Instructions to Bidders, and Standard Definitions applicable to the bid document. You do not need to return Part 2; however, the version in effect on the opening date of the bid shall apply to contracts awarded herein and should be retained for future reference. See our Internet site for a current version at .

1 BID INFORMATION

Bid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

2 SCOPE

The purpose of this IFB is to establish a mandatory contract for the as needed purchase of Technical Rescue Equipment as described within this IFB, as required to implement the federally funded "Homeland Security" project in the State of Washington. This contract will assist in supporting a standardized equipment program that facilitates interoperability and emergency response on a statewide basis.

The State's Department of Military, located at Camp Murray, Washington, will initially be the primary contract user and, for the most part, will facilitate the ordering/delivery of the products and quantities specified herein. However, other state entities and political subdivisions (cities, towns, fire and health departments, etc) will be authorized to purchase direct from the contract as required and their purchase quantities could easily represent significant volume.

Estimated Usage: We estimate that initial purchases of the products specified herein will approximate $250,000.00. Estimates are based upon current budgetary allowances of the State Department of Military which are subject to adjustment. The State does not guarantee any minimum purchase. Orders will be placed on an as needed basis.

A. Term: From date of award, which is projected to be within thirty days after bid opening date, for an initial two year term, with the option to extend for additional terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed six (6) years.

3 PROGRAM MANAGEMENT REIMBURSEMENT

This contract is subject to an administrative fee of one half of 1 percent (.5%) of contract sales. Awarded suppliers will remit payment of the administrative fee on a quarterly basis when submitting the quarterly sales and subcontractor report as defined herein. Payment is to be made to Department of General Administration, Office of State Procurement and is not to be invoiced to any contract users, either as an item on a sales invoice, or by any other means. Any invoice issued to a user of this contract with the administrative fee included will be in dispute, and not paid until the supplier corrects it. Payment of the administrative fee will be due in conjunction with the quarterly sales and subcontractor report, delinquency in payment may be considered cause for contract termination.

The contractor(s) must provide the following report(s) to Office of State Procurement.

4 Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

5 PRICING AND ADJUSTMENTS

Unless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested. All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period pricing shall remain firm and fixed for at least one hundred and eighty calendar days after effective date of contract.

6 SAMPLES

A. Requests and Disposition: The state reserves the right to request samples, at bidder’s expense.

B. Labeling and warranty: All samples provided to the state shall be identical to products quoted by bidder and shall be labeled with bidder’s name and applicable Contract Bid number. All samples are an express warranty, which shall also apply to all future supplies provided under this contract. Bidders failing to comply with this requirement will have their bid rejected or contract terminated.

7 EVALUATION CONFERENCE

To aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

8 REFERENCES

Bidder shall furnish a minimum of two (2) references for which bidder has delivered goods or services on a contract similar in scope to that described in this IFB.

9 CONTRACTOR’S REPRESENTATIVE

A. Designation: Bidder shall provide name, address, and phone number of contractor(s) representative as required in bid documents.

B. Responsibility: Contractor’s representative shall function as the primary point of contact, shall ensure supervision and coordination and shall take corrective action as necessary to meet contractual requirements.

10 PURCHASING CARD ACCEPTANCE

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases, we encourage all state contractors to consider this alternate payment process. Please indicate in Bid Submittals which card(s) you presently accept and payment discount you may offer the state. The current card available for state agency use is a VISA product.

11 BID EVALUATION / AWARD

Award of this contract will be based upon the total lowest cost offered by the most responsive bidder. The state reserves the right to award by line item, or all items to a single bidder, whichever is considered to be in the state's best interest as determined by the State Procurement Officer. If the bidder has stipulated an "all or none" on their bid and the State elects to award the contract to bidders by line item, those bidders restricting their offer as "all or none" may be deemed non-responsive.

12

The Bidder, if other than the manufacturer, shall provide a current, dated, and signed authorization from the manufacturer that the bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer's products. Failure to comply with this requirement may result in bid rejection.

13 BIDDER COMPLIANCE

The State reserves the right to consider the actual level of bidder’s compliance with the requirements specified in this IFB, and to consider a bid responsive if it substantially complies with the state’s intent relative to overall bid requirements and specifications.

BID SUBMITTALS

1 OFFER AND AWARD

Bidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 6/17/02

STANDARD INSTRUCTIONS FOR BIDDERS revised 7/8/02

STANDARD TERMS AND CONDITIONS revised 12/10/02

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

|(Company Name) | |(Typed or Printed Name) |

| | | |

|(Address) | |(Title) |

| | | |

|(City) (State) (Zip) | |(Phone No.) |

| | | |

|(Federal Tax Identification Number) | |(Bidder’s Signature) (Date) |

| | | |

CONTRACT AWARD

(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year 2003. This is a Partial/Total award for .

Authorized Signatures

| | | | | | | |

|John Farley, State Procurement Officer | |(Date) | |(Purchasing Manager) | |(Date) |

2 PRICE SHEETS

|Item # |Description |Estimated Annual |MFG & Stock # |Price |

| | |Usage | | |

|1. |Thermal Imager, to include carrying case, as per |10 | |$_____________ |

| |specifications on pg.11. Bullard MX or equal. | |MFG___________________ | |

| | | | | |

| | | |Stock # ________________ | |

|2. |Back-Up Battery, for use with item #1, Thermal |10 | |$_____________ |

| |Imager. | |MFG___________________ | |

| | | | | |

| | | |Stock # ________________ | |

|3. |Listening Device as per specifications on pg.15. |2 | |$_____________ |

| |Delsar BN 9197/LD6C or equal. | |MFG___________________ | |

| | | | | |

| | | |Stock # ________________ | |

3 BID INFORMATION

Bidder shall complete the following:

1. Shipping Location: Free On Board (FOB) destination, freight prepaid and included in price bid.

2. Prompt Payment Discount % 30 days.

3. Purchasing (Credit) Cards accepted Yes ______________ No ______________

(Washington State Purchasing card is VISA)

Payment discount for transactions involving card use: __________% Discount.

1. Authorized Representative:

|Primary Contact-Contract Administration |Alternate Contact - Contract Administration |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

|Customer Service/Order Placement |

|Name | |

|Telephone: | |

|Fax: | |

|Email: | |

2. Lead-time: Materials, equipment or services will be delivered within ____calendar days after receipt of order (ARO).

3. Addresses:

|Orders to be sent to: |Billing will be from: |Payment to be sent to: |

| | | | | |

| | | | | |

| | | | | |

4. Federal Tax Identification Number:

5. Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes No .

6. D & B DUNS number: Provide the DUNS number for your company below (additional information to obtain a DUNS number is located or call 1-888-814-1435)

D & B DUNS Number:

7. Please provide your company's website which will published in the subsequent contract award:

Website:_________________________________

4 REFERENCES

Names of references for which contracts were/are held in the furnishing of bid commodity

References:

|1. |Company Name: | |

| |Address: | |

| |Contact Person: | |

| |Telephone: | |

|2. |Company Name: | |

| |Address: | |

| |Contact Person: | |

| |Telephone: | |

SUPPLEMENTAL INFORMATION

CONTRACTOR WAREHOUSE Bidder shall indicate below the warehouse location at which material, equipment or supplies will be stored.

|ADDRESS: | | |PHONE: | |

| | | |CONTACT: | |

| | | | | |

TRAINING: Bidder shall indicate below the methods of training they can provide:

SPECIFICATIONS –

1 Thermal Imager

A Warranty

The vendor shall warrant the entire thermal imager free of defects in material and workmanship, under normal use and service for a period of one year effective upon delivery. In addition, the imager shell will be warranted for the lifetime of the product or until the shell is no longer available.

B Service:

The manufacturer must provide a dedicated Continental U.S. location/service center for timely and efficient processing of any service related issue(s) concerning the imager(s). This includes a guaranteed 48 hour turnaround of any imager repairs from the time of receipt at the service center to the time that the manufacturer ships the imager out.

C Quality:

Manufacturer must ensure quality and design manufacturing methods through third party certification to ISO 9001 or equivalent. To ensure that the product is of the highest quality, documentation must be presented illustrating a battery of tests that have been conducted to certify water resistance, heat durability and shock/impact.

D Physical Configuration:

Imaging unit shall be a hand held design, with battery, 4-inch LCD display screen, internal charging system, carry strap/handle, pistol grip, side strap, shoulder/neck strap, wrist strap and bump guards. Total weight shall not exceed 6 lbs. In addition, vendor shall furnish a storage case including one extra battery, battery charger and training video.

E Technology:

The imaging technology shall be 320x240 uncooled microbolometer detector. The heat sensitivity of the detector shall be a minimum of .05°C for temperature definition. The basis for the camera portion of the thermal imager shall be Lockheed Martin technology. The proposed imager shall exhibit an ability to evade whiteout or blooming conditions when subjected to direct flame or sun. Clarity of the image must not deteriorate by either type of exposure during normal operations.

F Outer Shell Case:

Imaging unit shall be ergonomically designed with heat resistant Ultem thermoplastic construction. As a result of daily use, color pigment shall be applied to the thermoplastic resin during the manufacturing process to aid in preserving the appearance of the unit by masking indiscriminate scratches.

G Colors:

The imager should be available in no less than seven scratch resistant colors to allow for color-coding as needed by the department. Colors include: Red, Yellow, Black, White, Orange, Blue, and Lime-Yellow.

H Monitor/Screen:

Four (4) flexible shock attenuation mounts shall secure a 4" diagonal fluorescent backlit Liquid Crystal Display (LCD) screen. It shall be required that a minimum pixel range of 89,622 and a dot format of 234 x 380 dots be produced for high quality resolution. The screen must be visible in thick smoke to both operator and nearby firefighters from a variety of distances from the face, including arms length. In addition, the LED lights and monitor screen must have added protection with an anti-scratch coated polycarbonate shield. This shield must be field replaceable.

I Lens:

The unit shall possess an 18mm lens fabricated of germanium or industry standard and have a field of view of no less than 55°. The lens shall be recessed in an Ultem bezel to avoid any direct contact by foreign matter.

J Visual Indicators:

All thermal imaging units shall be equipped with LED indicators for at least the following:

a Wireless Transmission

Light will appear indicating the channel the thermal imager is transmitting on

b Battery –

Battery display will indicate the progression of power supply usage. A low-warning symbol will appear to indicate the battery needs to be charged.

c Standby/Sleep –

Minimum of one amber LED light to indicate when the unit is in power-saving mode

K Temperature Gauge –

Indicates the temperature of the surrounding area

L Switches:

All activation switches shall be:

Dome style

Operational with gloved hands

Sealed at the case and terminal connections

Dust tight and water tight with minimum of 1,000,000 cycles

M Handle/Strap Systems:

The handle/strap system must be field replaceable and shall be constructed with the following:

1 inch Kevlar adjustable hand strap on the right side of the unit with a stainless steel D-ring.

1 inch Kevlar handle on the top of the unit with a stainless steel D-ring at each end of the strap.

1½ inch Kevlar shoulder strap with removable spring clips at both ends.

A Kevlar wrist strap to fit over sleeve of turnout gear and attach to any D-ring located on the thermal imager.

The handle shall be part of the unit and constructed of Ultem Thermoplastic. It shall be designed to be ergonomically correct.

N Power Supply:

A minimum of two (2) batteries shall accompany each unit. Each battery shall be a 10-volt NiMH providing a minimum of 1½ hours of continuous use with all functions excluding wireless transmission options. Each battery must be capable of a minimum of 1,000 charges. The battery must be easily changed with a gloved hand. Battery life shall be preserved with a sleep/standby switch. The battery door shall be designed so that it closes only if battery is installed properly.

O Internal Battery Charging System:

The thermal imager shall be equipped with an internal direct charge system. This system will allow the battery to be charged while in the camera and at the same time will charge a spare battery in the battery charger. This system can be run from AC or 12 volt power and does not require any other components for charging.

P Wireless Transmission:

Thermal Imagers must be able to sustain wireless communications capabilities compliant with FCC part 90 while operating at a range of 2.4 GHz. Wireless capabilities shall be inclusive of a minimum of four (4) frequencies per unit. The unit shall house a dipole antenna inside of the case to protect the antenna from possible damage. Each wireless unit must have a receiver and antenna that can be positioned for best reception, and must be able to receive a signal from at least 300 feet through non-combustable cinder block and fire-resistant construction. The manufacturer must have available with the wireless transmitter a 9" AC/DC TV/VCR with internally mounted receiver to simplify the operation of remote video transmitter.

Q Truck Mount:

The manufacturer shall make available a truck mounting system to mount the imager and internal charging system in a truck or on the wall of the fire station. This unit will be equipped with all necessary mounting equipment, a direct charge system, and power cords that enable the use of AC/24V/12V.

R Tripod and Clamp System:

The manufacturer shall make available a tripod and/or clamp system. The tripod system is designed to hold the thermal imager in place for extended periods of time. The clamp system is designed to allow the thermal imager to clamp to ladders, light towers, and command vehicles.

S Training:

A product familiarization class will be available through the manufacturers authorized distributor. Each unit must ship with a training video covering product use and application.

T Durability:

The imager shall remain operational after being submerged under 3 feet of water for 30 seconds. The Thermal Imager shall withstand a 3-foot drop onto a concrete surface and remain operational. The Microbolometer detector assembly shall be encased within a urethane foam impact liner. The imager shall incorporate 3 heavy-duty rubber bumpers to allow the firefighter to effectively crawl while using the unit. The 4" screen shall be attached with four flexible shock attenuation mounts.

U Carrying Case

Dimensions: 18.5" x 15" x 7.5"

Weight: Empty Approx. 8 pounds

a Overall TI Unit

Weight: With battery 5.40 pounds without battery 4.75 pounds

Dimensions: Height : 12 " Length : 10 " Width : 6 "

Heat Test: 650°F (343°C) for 5 minutes

Impact / Drop Test: Dropped 3 consecutive times from 3 feet with no noted physical or operational damage

V Casing

Shell Material: Ultem Thermoplastic

Sealing; Silicone

Strap Material: Kevlar & Leather

Display Cover: Polycarbonate

Heat Test; 650°F (343°C) for 5 minutes

Impact / Drop Test: Dropped 3 consecutive times from 3 feet with no noted physical or operational damage

W Core / Detector

Type: Uncooled Microbolometer

Resolution: 320 x 240 array

Sensing Material: Vanadium Oxide

Spectral Response; 8 - 14 Microns

Thermal Stabilization: Thermoelectric Cooler

Update Rate: 60 Hz

Temperature Sensitivity: 0.05° C

Video Output; (1.4 volts P-P) RS-170 Signal

X Lens

Material: Germanium

Lens Size: 18 mm

Field of View: 55°

Distances Optimal Focus

3 feet (1 meter) to infinity

Y Electrical System

Power Source: NiMH Rechargeable Battery

Output: 10V

Capacity: 1100 mA.hr

Operating Time: 1.5 hours

Charger Single Battery: 120 VAC or 12 VDC

Switch Cycle Test: 1,000,000 cycles

Battery Life: 1,000 charge cycles

Battery Weight: 0.75 pounds

Z Display

Type: Liquid Crystal Display (LCD)

Size: 4"

Dot Pitch: .259mm (V) x .210mm (H)

Dot Format: 234 X 380 Dots

Pixels: 89,622

Pixel Configuration: RBG Delta Configuration

Display Method: TFT Active Matrix

Input Signal Level: 1.0V P-P (Positive) 75 Ohm

Back Light: CCFT Backlight

AA Transmitter

Mounting: Internal

Signal Type: Analog

Antenna Type: Dipole

Transmitting Frequency: 2.4 GHz

Power Output: 400 mW

Power Supply: Internal

Power Consumption: 2.8 W

Frequency Selection: 4 Channel Switch

FCC License: 17dBI

2 LISTENING DEVICE

A MAIN UNIT,

a Input for sensor/intercom/microphone,

Seismic sensor input impedance , 6 kW

Directional microphone input impedance , 2 kW

Intercom probe input impedance , 2 kW

B Headset output,

Headphones; (1¤4" stereo jack) output power, variable, 0.13W/60W

C Aux connector, circular, 6 poles DIN 45322

2 channel analog outputs for connection to speaker, audio or hard-copy recorder or computer remote control data input/output,

D Frequency range:

1 Hz to 3000 Hz

E Filters:,

a Fixed, Switchable ,

“Rumble”, high pass 100 Hz

“PWR”, notch 50 Hz and 60 Hz

“Hiss”, low pass 600 Hz

F Signal display:

Any 2 channels or sum of all channels, range 60 dB, LED bargraph

G Seismic/acoustic sensor position insensitive,

Frequency range , 1 Hz to 3000 Hz

Suitable for daisy-chaining of sensors,

H Power supply

Battery operated, low battery alert Battery pack #1, alkaline battery type, 6 C-size

a Operating time

At approx 20°C , 24 hours

Ext DC input , 10.8 to 28.8 VDC

b Auxiliary battery pack #2

Alkaline battery type , 6 D-size

Operating time at approx 20°C , 60 hours

c AC/DC converter, AC line frequency , 47 to 63 Hz

d Wall-plug, nominal AC line voltage , 120 VAC

I Ambient temperature,

a Storage and transport

40 to +70°C

b Nominal operating range

-30 to +60°C

J Dimensions

a Main Unit (w´h´d)

(7.5"´x3.5"x´5. 75") 190´x89x´146mm

1 Weight

Approximately 3.35lbs 1.5kg

b Sensor (dia. x h)

2.5"´x 3.2" 62 x 86mm

1 Weight

Approximately 0.9 lbs/410 g

c Transport case (w x h x d)

24"´x 21" x´9" 610 x´533 x´229mm

d Shipping Weight

6 sensor system, ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download