Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2004 FBO #0996
SOURCES SOUGHT

67 -- Functional Prototype Fluorescence Imaging Cameras

Notice Date
8/16/2004
 
Notice Type
Sources Sought
 
Contracting Office
N63394 160 Rochester Way Louisville, KY
 
ZIP Code
00000
 
Solicitation Number
N6339404R4004
 
Response Due
9/13/2004
 
Point of Contact
Debbie Braun Contract Specialist 502-364-5556
 
Description
FUNCTIONAL PROTOTYPE FLUORESCENCE IMAGING CAMERAS: Naval Surface Warfare Center (NSWC), Port Hueneme Division (PHD), Louisville Detachment, in conjunction with the National Surface Treatment Center, is seeking sources to build and test two cameras for use in technology development that will enhance the inspection of shipboard tank surface coatings. No government funds will be obligated nor contract awarded by the NSWC PHD. Sources interested in participating in this production and testing of cameras shall respond with proposals not later than September 13, 2004. The proposal is to reflect design and development capabilities rather than prototype manufacturing costs. Selected vendors will receive additional technical information and will be invited to submit a subsequent proposal for the design and fabrication of two units, with completion of manufacture by January 15th, 2005. Selection will be based on Technical and Business qualifications. Technical and Business qualifications are of equal importance. The Technical Evaluation consists of three factors 1.Design Expertise 2.Manufacturing Experience 3.Schedule Design Expertise and Manufacturing Experience are equal, and more important than Schedule. Design Expertise considers the organization's capability to deliver portable, cost-effective equipment packages to the industrial inspection market. Areas of expertise should include designing and integrating components in the following four technology areas: a.CCD or CMOS based camera systems with embedded image processing b.LED illumination and associated control circuitry c.Rechargeable battery power d.Packages designed for industrial environments, including waterproof, shock resistant, ergonomic considerations Respondents will submit a brief (500 words or less) narrative that describes the fielding of successful camera or inspection device(s). Narratives should focus on project management issues rather than the technical aspects of the device that was delivered. Include supporting sales and technical literature, and pricing of existing product lines. Manufacturing experience considers the respondent's capability to manufacture a minimum of 100 units per year of the same design. It also considers the respondents expertise at designing for manufacturing. Schedule evaluates the respondent's current experience, expertise, and capability to design and deliver a prototype within 70 days after receipt of design information from outside their organization. The outside design information will be in the form of a technical specification in addition to a laboratory prototype that demonstrates the design and feasibility of the components of the integrated package that includes items (a) through (d) in Design Expertise. The Business Evaluation will be based on 3 factors: 1.Expertise of Key Personnel 2.Business References 3.Experience Servicing the Industrial Visual Inspection Market Respondents shall submit curriculum vitae of individual employee(s) highlighting specific experience in design and manufacture of portable camera or inspection equipment. They shall also submit business references. Experience Servicing the Industrial Visual Inspection Market will be evaluated from business references and sales literature. Expertise of Key Personnel and Business References are equal and more important than Experience Servicing the Industrial Visual Inspection Market THIS IS A REQUEST FOR MANUFACTURERS' PRODUCTS OR FOR THE CONFIGURATION OF SEVERAL MANUFACTURERS' COMPONENTS BY ANOTHER PARTY, INTO A FINAL PRODUCT THAT WILL PARTICIPATE IN THIS COMPREHENSIVE TESTING. NSWC PHD LOUISVILLE DETACHMENT WILL NOT AWARD A CONTRACT ON THE BASIS OF THIS PRODUCTION AND TESTING. Proposals should be submitted to: Otis Fox, Contract Administrator, Innovative Productivity, Inc., 1930 Bishop Lane, Suite 1011, Louisville, KY 40218-1929, phone (502)452-1131 X312, email ofox@mttc.org.
 
Web Link
n/a
(http://www1.eps.gov/spg/DON/NAVSEA/N63394/N6339404R4004/n/a)
 
Record
SN00644816-W 20040818/040816212458 (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.