Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

66 -- MIKRON THERMAL IMAGINING SYTEM

Notice Date
8/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-03-C3K-007
 
Response Due
9/3/2003
 
Archive Date
8/27/2004
 
Point of Contact
Michael J. Kinkelaar, Contract Specialist, Phone (216) 433-2736, Fax (216) 433-2480, Email Michael.J.Kinkelaar@nasa.gov
 
E-Mail Address
Email your questions to Michael J. Kinkelaar
(Michael.J.Kinkelaar@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 announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request For Offer (RFQ) for: Item 1, One (1) Mikron Thermal Imagining System-Infrared Camera and Support Hardware consisting of Mikron Instrument Model 7302 Infrared Camera or equal, Item 2, Documentation (instruction manuals) and training. The Contractor shall furnish 1 Mikron Thermal Imagining System-Infrared Camera and Support Hardware,Mikron Instrument Model 7302 Infrared Camera or equal, documentation and training in accordance with the following specifications: Item 1 Mikron Thermal Imagining System -Infrared Camera and Support Hardware, Mikron Instrument Model 7302 Infrared Camera or equal 1) Focus Control: Camera system shall have Configurable Auto-Non Uniformity Correction 2) Interface: System shall be capable of interfacing using IEEE1394 Data IO 3) Lens: System shall have 0.5x Magnification Wide Angle Lens (field of view 55 degree of arc by 42 degree of arc) 4) High Temperature Calibration: System shall be able to calibrate up to 2000 degrees Celsius 5) Ethernet: System shall contain controlled 8 Channel 0 Volt to 10 Volt Analog Signal Output Controller 6) Explosion-Proof Enclosure: System shall contain Class 1 Division 2 Explosion-Proof Enclosure with Infrared Transmitting Window and Bebco Class 1 Division 2 Purge Unit 7) Software: System shall contain Mikron MikroSpec RT Software or equal with IEEE1394 and with Analog Output and with Stream to Hard Drive Interface and with configurable alarmable regions of interest and with Multi-Microprocessor Support 8) Black Body: System shall contain Mikron M300 Calibration Black Body or equal with a service range from 200 degrees Celsius to 1150 degrees Celsius or better with a 2 Inch Diameter Aperture 9) System shall have a minimum of one (1) year warranty on all parts 10) The camera system shall be capable of reliably and reproducibly measuring the temperature of 0.005 meter diameter metal tube subjects at least in a range from 200 degrees Celsius to 2000 degrees Celsius. 11) Operation/Performance Specifications are as follows: Measurement Temperature Range shall be at least from 200 degrees Celsius to 2000 degrees Celsius Analog-Digital Converter Resolution shall be at least 14 bits Communication Interfaces shall include at least both IEEE1394, NTSC/PAL Noise Equivalent Temperature Difference (NETD) shall be no more than 0.07 degree Celsius at 30 degrees Celsius Detector shall be an 'Uncooled' microbolometer focal plane array of no less than 320 pixels by 240 pixels useable The camera system shall have the ability to perform different levels of signal averaging on the live frame among No Averaging/2xAveraging/4xAveraging The camera shall have ability for user to apply corrections to allow for Distance/AtmosphericTemperature/Relative Humidity The camera system shall observe only the spectral band from 8um to 14um The camera system shall be able to report at least 30 Hertz Full Frame Data The camera system shall work in conjunction with the following 3 components.(NOTE: THESE 3 COMPONENTS ARE NOT PART OF ITEM 1 OR ANY ITEMS OF THIS SOLICITATION). 1)Component 1: Data BusTransceiver System consisting of Two(2) Multidyne Model DV-1394-FMX-2 IEEE1394-to-OPTICAL Transceivers or equal and One (1) Multidyne Model DV-CABLEP-50-2 or equal and Two (2) Multidyne Model RM6 units or equal and Ten (10) Multidyne Model blank panels or equal 2)Component 2: Image Processing Workstation consisting of Computer and Control Solutions Inc Model ZNASAGRRC045401 or equal with the following options: Dual AMD Opteron 244 microprocessors, Arima HDAMA motherboard, Six (6) of 1Gigabyte DIMMS of PC2700 REG ECC DDR LP DIMM ram, One (1) of 3ware Corporation model 8506-4 SATA 64bit PCI RAID controller, Three(3) of Maxtor Diamondmax Plus 9 SATA150 at 200GigaByte Hard Drives or equal, One(1) of Indigita Quikfire IDT800PCI 64bit 133MHz PCI-X IEEE1394 Host Adapter or equal or SIIG Firewire 800 M-64 NN-83M012 64bit 66MHz PCI IEEE1394 Host Adapter or equal, One(1) ATI All-in-wonder-VE 64MegaByte 32bit PCI Video card Model 100-711041 or equal, One(1) Iiyama HM703UT 0.25mm by 0.25mm dot pitch Video Monitor or equal, IEEE1394 Cables as follows: One (1) of 4pin-to-9pin for camera to host adapter, One (1) 4pin-to-6pin for camera to transceiver, One (1) 6pin-to-6pin for transceiver to 6pin-host adapter-or-to-6pin-to-9pin-genderchanger, One (1) 6pin-to-9pin adapter for 6pin-to-6pin-cable-to-9pin-host-adapter, Keytronics E03601opt-mse-c keyboard and optical mouse or equal, redundant power supply, hot swappable drives, rack mount 4u case, Win2k or Linux OS or equal, Office 2k small business or OpenOffice1.1 or equal, Norton AntiVirus2003 or equal. 3)Component 3: One (1) Vacuum Chamber Window consisting of One (1) II-VI Corporation 5 Inch Diameter by 0.5 Inch Thick ZnSe Window BBAR coated both sides at 8um to 14um for 1.5%RAVG per surface where coatings meet MIL-C-48497A durability requirements or better. The Specifications/Salient-Characteristics of component 1 are as follows: ?The transceiver shall be able to work with IEEE1394-to-fiber transmissions and back to allow the camera workstation to be in control of the Mikron 7302 firewire camera by IEEE1394a/b protocols from 50 meters away at speeds of at least 100 Megabits per second. The Specifications/Salient-Characteristics of component 2 are as follows: ?The workstation shall have multiprocessor devices for the camera data software. ?The workstation shall meet all standard requirements for durability and life of servers (such as raid and redundant power and registered memory) to allow safeguarding data during extended runs. The Specifications/Salient-Characteristics of component 3 are as follows: ?The ZnSe Window shall be 5 Inches in Diameter by approximately 0.5 Inch thick (12.7mm to 15mm) ?The ZnSe Window shall be able to withstand a repeated and extended cycles of vacuum 1E-5 torr with occasional rapid compression from combustion releases. ?The ZnSe Window shall have a flatness of at least lambda over 10 as it will be used as a camera viewport in the 8um to 14um transmission range Item 2 Documentation and Training The Contractor shall furnish 2 copies of instruction manuals which as a minimum provide instructions on the safe and accurate operation of Item 1. In addtion to the instruction manuals, on line help may also be provided by the Contractor via phone or electronic means. The Contractor shall provide training in the operation of Item 1. This shall include basic set-up and operation of Item 1 and its associated operating software. This training shall be at the NASA Glenn Research Center, specifically the Heated Tube Facility, Bld.51 and be a minimum of 8 hours. All prospective contractors must be registered in the Central Contractor Registration Database prior to any award of a contract or purchase order. Register at http://www.ccr.gov . The provisions and clauses in the RFQ are those in effect through FAC 01-15. The NAICS Code and the small business size standard for this procurement are 334516 & 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible sources shall submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 10 days After Receipt of Order (ARO). Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the item(s) described above are due by September 3, 2003,4:30 P.M. Glenn Research Center 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 Glenn Research Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN), identification of any special commercial terms, desription of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. Copy of published price list, catalogue or computer page printout showing the price for Items 1-2 may also be included if desired. 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. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act--Supplies," the offeror shall state and shall list the country of origin. Offerors shall provide the information required by FAR52.212-1(Oct 2002),Instructions of Offerors-Commercial,which is incorporated by reference. Faxed offers are not acceptable due to the information required by 52.212-1. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None FAR 52.212-5 (Apr 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: [Contracting Officer must check as appropriate.] _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)). _X_ (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-Supplies (41 U.S.C. 10a - 10d). _X_ (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (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). _X_ (ii) Alternate I of 52.247-64. (c) The Contractor shall 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: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (46 U.S.C. Appx 1241 and 10 U.S.C. 2631) (flow down required in accordance with paragraph (d) of FAR clause 52.247-64); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). 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 Questions regarding this solicitation must be submitted in writing to Michael Kinkelaar(e-mail:michael.j.kinkelaar@nasa.gov, fax 216 433-2995) not later than 8/29/03. Telephone questions will not be accepted. Selection and award will be based upon overall best value to the Government, with consideration given to the factors of meeting specifications, price, and past performance. Other critical requirements (i.e.delivery) if so stated in the solicitation will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance, are essentially equal in importance. Technical acceptability will be determined by review of 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). It is critical that offerors provide adequate detail to allow evaluation of their effort.(See 52.212-1 (b)(4)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An 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): http://prod.nais.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).
 
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#107192)
 
Record
SN00414206-W 20030829/030827214346 (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.