SOLICITATION NOTICE
66 -- VSC-5000 (Video Spectral Comparator) Camera
- Notice Date
- 1/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0052
- Response Due
- 2/2/2007
- Archive Date
- 2/17/2007
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. This requirement is 100% set aside for small businesses. Only interested small businesses may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for a VSC-5000 (Video Spectral Comparator) Camera to be used in the Metallurgy Division at NIST, Gaithersburg, MD. *** ***All interested Offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish one (1) Each, VSC-5000 (Video Spectral Comparator) Camera Summary Description: The VSC system to be supplied for this contract shall be a new (not refurbished or used) document illumination and imaging system comprising hardware and software with the following minimum required specifications. The Contractor shall meet or exceed the following specifications: A. Camera Specifications: 1. 3-CCD digital with IEEE 1394 interface 2. 1360 x 1024 pixels 3. combined color/IR imaging 4. x10 motorized zoom lens 5. supplementary lens providing ~85x on 21inches monitor 6. automatic iris pre-sets with manual override 7. auto exposure with manual override 8. auto focus feature plus motorized back focus control using mouse wheel 9. 2x digital screen zoom plus 4x magnifier 10. internal camera filter turret containing: 1 open filter, 1 visible low pass filter, 15 long pass filters @ 530, 550, 570, 590, 609, 628, 648, 668, 690, 714, 725, 778, 823, 856, and 1000 nm (all guaranteed plus/minus 2 nm) 11. secondary internal continuously variable interference filter: range of 400 to 1000 nm in 3.5 nm incremental steps with an average 40 nm band width 12. on chip image integration times of 1/125, 1/60, 1/30, 1/15, 1/8, ?, ?, 1, 1.4, 2, 2.8, 4, 5.6, 8, 11, 16, and 22 s. B. Light Source Specifications: 1. IR/visible light sources shall include: a. incident (flood) lighting via tungsten halogen reflector with variable intensity - 2 x 50 W b. transmitted light with variable intensity - 2 x 30 W c. a transmitted halogen lamp giving 25 mm diameter high intensity spot -20 W d. twin halogen side lighting with variable angle selection orthogonal beams with software controlled image mixing functions - 2 x 20 W 2. a 250 W IR luminescence light source shall be equipped with a lensing system to provide either broad beam or focused spotlight and independent low-pass and high-pass multi-position filter wheels giving 80 possible wavebands: a. low-pass at 430, 465, 485, 535, 570, 590, 610, 640, 675, 720, 730, and 800 nm b. high-pass at 380, 400, 445, 485, 515, 545, 585, 605, 645, 680, 720, and 745 nm 3. the following specialist light sources are required: a. a co-axial source for retro-reflective features - 1 x 20 W b. a 980 nm laser for anti-Stokes inks C. General Software Specifications: 1. runs on Windows XP Operating System 2. all functions operated via software using mouse and keyboard control 3. automatic searching of high intensity spot illumination and camera filter combinations to display highest contrast between IR fluorescent subject matter 4. software incorporates "back" button to go back step by step through certain previously performed functions 5. calibrated measurement facilities for distance, angle and area measurement on digitized images 6. image annotation facilities (text and various shapes including lines, boxes and circles) 7. image comparison facilities to compare live and stored images side-by-side, superposition, subtraction and variable frequency strobing 8. software updates for 2 years D. Specific Software Specifications: 1. A microspectrophotometer function with: a. a spectral range from 400 to 1000 nm in 3.5 nm incremental steps b. absorption, reflectance, fluorescence and transmittance spectra measurements c. tristimulus color coordinate presentation 2. An OCR module to read and verify ICAO codes 3. An image management system with the following capabilities: a. Windows Explorer compatible system to organize images, spectra, chromaticity charts and full examination parameter settings b. ability to store and recall parameter settings c. pull-out image gallery allowing comparison with current and previous images d. images saved as Bitmap, Jpeg or Jpeg 2000 E. Computer Hardware Specifications: 1. equipped with a PC Tower case 2. Intel Pentium P4 processor running at 3.4 Ghz 3. installed RAM of at least 1GB (PC2-4200 DDR2 SDRAM) 4. an 80.0 GB Serial ATA Hard Disc and a 3.5inches floppy drive 5. a DVD ROM x16 drive 6. a DVD/CD Double Layer Writer with 16x DVD?R write, 8x DVD+RW, 6x DVD-RW, 16x DVD ROM, 48x CD-R, 24x CD-RW, 48x CD ROM, 4x DVD+R DL, 700 MB per CD, 4.7 GB per single layer DVD, 8.5 GB per DVD+R DL 7. Video RAM on MB : Intel 128MB (Shared) 8. a 10/100 Network Card via RJ 45 on MB 9. equipped with 6 x USB ports (2 front, 4 back) 10. equipped with 1 x FireWire PCI card 11. Windows XP Operating System 12. supplied with 10 x CD write-able discs 640MB and 10 x DVD write-able disks 4.7GB 13. equipped with a 21inches TFT flat panel display (e.g. NEC 2180UX / Samsung SM213T) with 1600 X 1200 pixels, 230 cd/m? brightness, 500:1 contrast ratio, analog and multimedia inputs, 170 degrees horizontal and vertical viewing angles, 0.28 ms refresh rate, 16.7 m colors supported F. VSC system dimensions and weight: The document illumination and imaging box (not including PC) is to weigh no more than 115 lbs (52 kg) and must fit in a footprint of 26 inches x 28 inches (660 mm x 700 mm). The PC case must fit in a footprint of 20 inches x 28 inches (490 mm x 700 mm). G. Electrical Utility Requirements: The VSC system and PC must be configured to operate on 120 Volt, 60 Hz., single phase A.C. electric power. Power consumption of the VSC system (not including the PC) must not exceed 700 W. ***Award will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. *** ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders? Commercial Items including subparagraphs: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans; (24) 52.225-3, Buy American Act - Free Trade Agreements; (26) 52.225-13, Restriction on Certain Foreign Purchases; and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30:00 PM local time, on February 2, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
- Zip Code: 20899-0001
- Country: UNITED STATES
- Zip Code: 20899-0001
- Record
- SN01214384-W 20070120/070119092435 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |