Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2025 SAM #8619
SOLICITATION NOTICE

67 -- Camera Lenses

Notice Date
6/30/2025 12:33:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
 
ZIP Code
78236-5286
 
Solicitation Number
FA301625Q0175
 
Response Due
7/11/2025 12:00:00 PM
 
Archive Date
07/26/2025
 
Point of Contact
Jermaine L. Coleman, Catherine Hardy
 
E-Mail Address
jermaine.coleman.3@us.af.mil, catherine.hardy@us.af.mil
(jermaine.coleman.3@us.af.mil, catherine.hardy@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**PLEASE SEE ATTACHED RFQ FOR ALL INFORMATION, CLAUSES AND PROVISIONS** GENERAL: The purchase of one (1) Cooke 75mm T2.2 Panchro/i Classic Prime Lens, and one (1) Cooke 32mm T2.2 Panchro/i Full Frame Prime Lens in support of JBSA-Randolph, San Antonio, Texas to replace current lenses. DESCRIPTION OF SUPPLIES AND SERVICE: The contractor shall provide, deliver, one (1) Cooke 75mm T2.2 Panchro/i Classic Prime Lens, and one (1) Cooke 32mm T2.2 Panchro/i Full Frame Prime Lens. Essential / Salient Characteristics: Prime cinema lenses need to have 75mm and 32mm fixed-focal length. Aperture range must be T2.2 � T22 and iris must possess 9-blades to ensure smooth, cinematic bokeh. The prime lenses must be full frame. Both lenses must have a PL mount. Must support real-time metadata transmission such as focus distance, aperture, depth of field, and lens identification to the currently owned Sony Venice cinema camera system. Must possess a large image circle of ?46.31mm. Prime Cinema Lens - 32mm must possess a horizontal angle of view of approximately 61.7� with a minimum focus distance of 14 inches (0.35m). Prime Cinema Lens - 75mm must possess a 27.3� angle of view and a minimum focus distance of 29 inches (0.74m). Optical design must ensure minimal image distortion, no focus breathing, and high color fidelity. Must be built of all-metal housings suited for field operations. Must incorporate 270� focus rotation and 90� aperture ring rotation to accommodate standard follow focus systems. Each lens must have a front diameter of 110mm for matte box compatibility. Both must be able to operate in extreme conditions, with a temperature tolerance from -20�C to +50�C (-4�F to +122�F) and weather-resistant housing for use in demanding military environments. WARRANTY: A lifetime warranty is highly recommended. DELIVERY: Delivery expected FOB Destination within 60 days after award date to JBSA Lackland, TX 78236 Special Notes and Instructions: This is being offered to contractors under System for Award Management (SAM). Any quote submitted by a contractor that is not a System for Award Management (SAM) vendor shall not be considered for award. Response to RFQ: Please submit quotes to: CS: Jermaine L. Coleman Email: jermaine.coleman.3@us.af.mil CO: Catherine Hardy Email: catherine.hardy@us.af.mil Basis for Award. A single firm fixed price award will be made to the contractor that; A single firm fixed price award will be made to the contractor that: Has a current System for Award Management (SAM), and Meets and comply with all the terms and conditions of the RFQ, and Represents the best value to the government, and Is not listed on the Excluded Parties List within SAM. Best Value Determination. Best value determination will be based on a Lowest Price Technically Acceptable (LPTA) approach. For this RFQ, best value means a single award will be made to the contractor whose quotes are the lowest overall total evaluated price, and products are technically acceptable. The government will consider the following two (2) factors: Total Evaluated Price and Technical. Total Evaluated Price. The Government will evaluate quotations for award purposes by adding the extended price (quantities multiplied by unit prices) for each line item to obtain total price. The Government intends to award based on initial responses, therefore, you are encouraged to offer your most advantageous pricing. If more than three (3) quotes are received, the Government will then evaluate the three (3) lowest priced quotes for Technical Acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of increasing total evaluated price. The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ. Technical Factor - Conformance to the Salient Characteristics. The technical response shall demonstrate compliance with providing Camera Lenses as specified in the attached Salient Characteristics. Interchanges. The Government intends to award without interchanges with respective vendors/quoters. The Government, however, reserves the right to conduct interchanges if deemed in the best interest. Delivery. Delivery shall be FOB Destination and included in CLIN prices noted above. Request 60 day delivery from date of award. The following FAR/DFARS/DAFFARS provisions and clauses are applicable to this solicitation: RFQ Close Date: The RFQ close date is 2:00 PM CST Thursday, 11 July 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbddd7cfb81f4069a9b542e1ac1d9ae1/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN07494268-F 20250702/250630230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.