Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2003 FBO #0534
SOLICITATION NOTICE

66 -- HIGH SPEED FRAMING CAMERA SYSTEM

Notice Date
5/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFP3-c3j-11117
 
Response Due
5/28/2003
 
Archive Date
5/15/2004
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov
 
E-Mail Address
Email your questions to Glen M. Williams
(Glen.M.Williams@grc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: Item 1) one High Speed Framing Camera System, Item 2) one set of documentation, Item 3) Installation and checkout of item 1, Item 4) training in the operation of item 1, and Item 5) Standard Warranty of item 1. The Contractor shall furnish 1 High Speed Framing Camera System, documentation, installation, checkout and training in accordance with the following specifications. Item 1 High Speed Framing Camera System Shall be capable of acquiring 8 single exposure images with a minimum inter-frame time of 500 nanoseconds Each exposure interval must be independently controllable from 5 nanoseconds to 100 nanoseconds High Speed Framing Camera system may incorporate multiple sensors to achieve the 8 frame sequence: All sensors shall meet the specs below The entire system shall be capable of being operated from a single computer system and not require the use of more than 4 PCI bus slots in the controlling computer system All sensors shall be pixel registered to the same field of view Each sensor shall receive at least 20% of the incoming light if beam splitting optics are used to achieve the coaxial viewing Inter-frame time shall be user selectable from 125 nsec to 10 msec for an 8 frame sequence, assuming equal inter-frame time between images. Sensor(s) resolution shall be at least 1200x1000 pixels per image Sensor(s) shall be capable of binning from 1x1 (full resolution) to 8x8 at any user specified region of interest on the CCD chip Sensor shall be have a dark noise of less than 0.1electron/pixel/sec Sensor shall have a read noise of less than 8 electrons Sensor can be Peltier cooled, using a fan for heat rejection. Water cooling shall not be used. Sensor shall have a dynamic range of at least 12 bits/pixel, yielding a true 4096 gray level image Shall have a quantum well depth of at least 25000 electrons Image intensifier shall be included on each CCD sensor in the system and have the following specifications: Multi-channel plate, 6 micron diameter with > 0.48 lp/mm 25 mm diameter MCP Minimum shutter of < 5 ns Shall employ an S20 photocathode with a quartz input window Shall employ a P46 phosphor to achieve fast decay times < 1 microsecond CCDs shall have no defects Shall be capable of asynchronous triggering to start the image acquisition sequence Shall have an f-mount lens adapter Shall include the controlling computer system which shall have the minimum specifications: Pentium 4, 3.06 GHz processor 1 GB RAM Video Card Floppy Drive 60 GByte hard drive Windows XP professional with Distribution CD(s) CD-RW drive 10/100 ethernet connection on the motherboard 18? flat panel LCD display Shall include a camera controlling software interface which provides user control of inter-frame times and exposure intervals, image acquisition and storing Shall include all PCI bus framegrabbers and interface cables required for connecting the camera to the computer and providing all data transmission, control logic signals and camera setup commands to the camera. Shall include a Microsoft C++ compatible software development kit Shall include a LabView Driver for the camera System shall be triggerable via a TTL signal (any optical pulse triggering conversion module shall be provided if required for triggering the camera system) Shall operate on 110 VAC, 60 Hz and include all necessary power cables. Item 2 Documentation The Contractor shall furnish 1 set of instruction/maintenance manuals that, as a minimum, instructs in the safe set-up and operation of Item 1 and its associated software, and the normal preventative maintenance procedures required. Item 3 Installation and Checkout. The Contractor shall install the System at NASA GRC within 30 days of delivery. Installation shall be by a trained factory representative(s) and include all alignments and utility hook-ups necessary for the operation of Item 1. The Contractor shall furnish to the NASA Contracting Officer a listing of utilities or other requirements necessary for installation within 5 calendar days after award. Actual installation date(s) shall be via mutual agreement between the Government and Contractor. Installation shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.). The Contractor shall perform and document a complete system set-up and checkout at NASA Glenn Research Center upon completion of the installation. The checkout shall insure that Item 1 meets all functionality specifications listed in this document. Item 4 Training The Contractor shall provide training in the operation of Item 1 either during its checkout or immediately afterwards. This shall include the basic safe set-up and operation of Item 1 and its associated operating software. This training shall be at the NASA Glenn Research Center and be for a minimum of 1 day. Item 5 Standard Warranty As part of the system requirements, the Contractor shall provide their commercial warranty and maintenance program, if any, that is included with the purchase of Item 1. The provisions and clauses in the RFQ are those in effect through FAC 01-13. The NAIC code is 334519 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by May 28, 2003, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Items 1-5 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. Faxed offers are not acceptable due to the required information of 52.212-1. Offerors shall provide the information required by FAR 52.212-1 as amended and the following: 52.212-1 (b) amendment: All offerors shall include full and complete product specifications including schematic drawings of the camera head and layout and technical specifications on all components (image intensifier, CCD sensors, camera interface boards). If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clause: _X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). __ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I to 52.219-5. __ (iii) Alternate II to 52.219-5. X (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). __ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). __ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). __ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I of 52.219-23. __ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) X (12) 52.222-26, Equal Opportunity (E.O. 11246). X_ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). X_ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). X_ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). __ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (18) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d). __ (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I of 52.225-3. __ (iii) Alternate II of 52.225-3. __ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). __ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). __ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). X_ (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). __ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). __ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). __ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). __ (ii) Alternate I of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government among those offers that meet the specifications of Item 1 thru Item 5 above. Consideration will given to the factors of meeting specifications, total price, and past performance. Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b) and its amendment above). Best Value Criteria: The following will be BVC considerations: 1. Delivery of less than 30 days ARO. 2. One year or longer warranty on parts and service. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#105812)
 
Record
SN00325186-W 20030517/030515213845 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.