Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2005 FBO #1196
SOLICITATION NOTICE

66 -- On-Chip Gain Digital CCD Camera

Notice Date
3/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-05-Q-0329
 
Response Due
3/15/2005
 
Archive Date
3/30/2005
 
Description
RESPONSE DATE: March 15, 2005; 12:00:00 (noon) E.T. CONTRACT POC: Myrsonia Diaz, Contract Specialist, Phone: 301) 975-8329, fax: (301) 975-6273, e-mail: myrsonia.diaz@nist.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being conducted on an unrestricted competitive basis. This solicitation seeks quotes for NEW equipment. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-05-Q-0329; the solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 01-27. This solicitation is being solicited on an unrestricted, open market basis. The North American Industrial Classification System (NAICS) code for this solicitation is 333315, and the size standard is 500 employees. (For size standards go to: htttp://www.census.gov/epcd/www/naics.html) MINIMUM REQUIREMENTS FOR THE SYSTEM BEING PROCURED: The list of contract line item numbers, their descriptions, the related quantity of each, and the unit of measure of each for this solicitation are as follows: CLIN 0001, CCD Camera; Quantity: 1; Unit of Measure, Each. The system offered for CLIN 0001 must meet or exceed the following salient characteristics to be considered technically acceptable: Camera shall be based on an e2v technology of the CCD97-00 scientific grade back-illuminated EMCCD. Salient characteristics of the CCD97-00 include: 8.2 by 8.2 mm image area; 16 um square pixels; readout and dark noise specifications as per e2v technology parameters; quantum efficiency specifications as per e2v technology parameters; max frequency as per e2v technology parameters; grade 1 blemish specifications in accordance with the typical performance specifications of e2v technology; responsivity and multiplication as per e2v technology parameters. For e2v technology information see attachment one (document is in pdf format) to this solicitation. Specifications: Camera to be a 512 by 512 by 2 frame transfer camera. Quantum efficiency of camera to exceed 70% between 450 nm and 800 nm at room temperature. A 16 bit A to D converter at 1 MHz is required, up to 10 MHz preferred; no less than 14 bits at all frequencies, with 16 bits preferred. Read noise shall be less than 45 e- rms at 5 MHz, or 62 e- rms at 10 MHz. Minimal clock noise is required. A minimum frame rate of 29 frames per second full-frame is required. Lowest max readout speed shall be 10 MHz max readout speed. Camera shall be air cooled down to at least minus70 degrees Celsius. There shall be a C-mount on camera. There shall be a remote power supply and input for gating supply. A thermoelectrically cooled ccd is required. A PCI card for camera control shall be provided, as shall all necessary cables. The CCD well capacity shall be 800,000 e or more. On chip gain shall be controllable from 1-1000; conventional low noise amplifier is also required (so that camera can be used as a conventional frame-transfer camera). A cooling power supply shall be provided. Salient features of the software are as follows. All software will be Windows compatible and enable real time data acquisition, full support of all camera hardware, image processing capability including: filters; thresholding and clipping; mathematical operations; smoothing and sharpening; edge enhancement; morphological processing; ability to display and store cross sections; image histograms; and statistical analysis. In addition there shall be DMA for full speed acquisition; a macro language to allow customization; multiple file formats; and online help available. CLIN 0002, Installation and Acceptance Testing of CLIN 0001 at NIST; Quantity: 1; Unit: Job. CLIN 0003, On-Site Training for Up to Three NIST Personnel for Normal Use of CLIN 0001; Quantity: 1; Unit: Job. INSTALLATION AND ACCEPTANCE TESTING REQUIREMENTS FOR CLIN 0001: The Contractor must install the system and perform acceptance testing on the CCD Camera. Installation and acceptance testing shall occur within seven (7) days after the system is received by NIST Shipping and Receiving. This acceptance testing must be performed in the presence of the Contracting Officer Technical Representative (COTR) to verify that all installed items are fully operational and operate as intended by the original equipment manufacturer. Training: Within two (2) weeks after the Contractor delivers Item No. 0001, the Contractor shall begin NIST On-Site training on the use of the CCD camera. The exact date for training shall be agreed to between the Contractor and the Contracting Officer Technical Representative (COTR). On-Site (at NIST) training for up to three NIST personnel for normal use of the instrument shall include: set-up of instrument, use of the instrument, hardware and software, alignment/calibration procedures, safety procedures, and maintenance of system. The Offeror shall include, in their quotation, any additional equipment and/or software, with associated pricing, that would be required to efficiently operate the CCD Camera features offered for CLIN 0001 if they are not explicitly stated in the specifications for Item No. 0001. Manuals: The delivered items must include all manuals, schematics, and mechanical drawings, necessary to operate and maintain them. *** DELIVERY SHALL BE F.O.B. DESTINATION to the National Institute of Standards and Technology (NIST), 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001. The provision at FAR 52.212-1, Instructions to Offerors - Commercial items, applies to this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1; 52.225-13; 52.225-15; 52.225-16; 52.232-33. The following additional clauses apply to this solicitation: 52.204-7 and 52.211-6. (Full text of clauses is accessible at http://www.arnet.gov/far). INSTRUCTIONS FOR RESPONDING TO THIS SOLICITATION OFFERS WILL BE CONSIDERED FROM ORIGINAL EQUIPMENT MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. (1) As part of its quote, the Offeror must submit the items required by FAR clause 52.212-1(b) (1) through (11), excluding number (10). PLEASE ALSO SEE FAR 52.212-3(j) FOR THOSE REPRESENTATIONS AND CERTIFICATIONS THAT THE OFFEROR SHALL COMPLETE ELECTRONICALLY. (Provisions are accessible at http://www.arnet.gov/far). (2) The quote must indicate both duration of warranty AND nature of warranty offered for Item Number 0001 (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may offered, and, if offered, it must be priced separately in the quotation); (3) The quote must indicate the delivery date after receipt of order to the NIST shipping and receiving dock; and (5) The quote may provide a list of assumptions made, if applicable, by the Offeror in submitting the quote that relate to Contractor performance after award. (6) All cameras deemed by the government to meet the specifications will be invited for testing at the Physics Laboratory, Optical Technology Division. Prior to selection for award, Offeror(s) shall make available the offered equipment for testing which will be installed on a government owned Olympus IX-81 TIRF microscope. NIST will provide the microscope, two samples, the illumination source, and a PC. Samples shall be nominally the same for all vendors and will consist of (1) a dye spun cast on a surface at single molecule densities and (2) polystyrene spheres distributed on a surface. Offerors shall supply an adapter to the side port of the IX-81 in addition to the specified equipment. Images shall be taken with the camera at minus 70 degrees C at full-frame rates as fast as 29 frames per second for 5 minutes continuously. Images shall be stored in binary format that will be analyzed by government personnel for background and noise levels after the test. EVALUATION FACTORS FOR AWARD Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The Government will award a purchase order to the Offeror whose technically acceptable solution represents the lowest evaluated price to the Government. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO MYRSONIA.DIAZ@NIST.GOV. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential Offerors. NOTE: PAYMENT FOR ITEMS IN THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER RECEIPT AND ACCEPTANCE BY THE GOVERNMENT. (ADVANCE PAYMENTS WILL NOT BE AUTHORIZED BEFORE NIST ACCEPTS THE EQUIPMENT.) OFFERS MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.DIAZ@NIST.GOV NO LATER THAN MARCH 15, 2005; OFFERS MUST BE RECEIVED AT THAT EMAIL ADDESS NO LATER THAN 12:00: NOON; EASTERN TIME.
 
Record
SN00762822-W 20050306/050304211936 (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.