SOLICITATION NOTICE
67 -- DIGITAL HIGH SPEED CAMERA WITH CMOS SENSOR
- Notice Date
- 6/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC07205060Q
- Response Due
- 7/9/2007
- Archive Date
- 6/23/2008
- Small Business Set-Aside
- Total Small Business
- 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; offers are being requested and a written solicitation will not be issued. NASA/GRC has a requirement for 1 EACH DIGITAL HIGH SPEED CAMERA, AND SHIPPING CHARGES IF REQUIRED. Specifications are as follow: Standalone One-Piece Black and White High-Speed Digital Camera with a CMOS sensor. The black and white high-speed digital camera system must be compact and portable. It must be capable of being transported and operated by one person both with and without a computer. It shall be of sturdy one-piece construction with the camera head incorporated into the processor. The system shall include the following minimum configuration, which corresponds to the Photron Fastcam-SA1: 1. System Components: 1.1. Camera Body. 1.1.1. Must be no larger than 7.52" (191 mm) H x 6.14" (156 mm) W x 11.26" (286 mm) D. 1.1.2. Must not exceed 13.9 lb. (6.3 kg) weight. 1.1.3. Must have the ability to directly output images simultaneously via a SDI and composite (RS-170) BNC connectors on rear panel at all times, including while the system is recording, and immediately after recording has been completed. 1.1.4. System must be fully operable via a keypad with built in LDC display, and standard keypad Gigabit Ethernet to optional computer, Sensor's light sensitive area must be at minimum: 1.1.4.1. 20 mm by 20 mm 1.1.4.2. Black and white CMOS. 1.1.4.3. 1,024 x 1,024 pixel resolution. 1.1.4.4. 20 ??m square pixels. 1.1.4.5. True 12-bit pixels with all 12 bits being available simultaneously (subject to image format and host system). 1.1.5. C-mount and F-mount lens mounting shall both be provided at no extra cost. 1.2. Remote keypad. 1.2.1. System must be capable of being completely controlled using a supplied remote control keypad with a minimum cable length of at least six feet (2m). 1.2.2. Keypad will utilize a built in LCD display. 1.2.3. Cable shall be extendable beyond 160' (50m) without requiring repeaters. 1.2.4. Keypad shall be capable of complete control of: 1.2.4.1. All camera record functions. 1.2.4.2. All camera replay functions. 1.2.4.3. All camera 'feature programming' functions. 1.3. Supplied Software: 1.3.1. Software must be capable of, but not essential for: camera control, image replay, 'feature programming,' and downloading via SDI and RS170 video outputs. 1.3.2. It must facilitate conversion and downloading of recognized industry standard image formats (see 1.3.5 below) directly to a computer. 1.3.3. It must be provided at no charge with the camera supplied. 1.3.4. This software will have the following capabilities: 1.3.4.1. Operation via Gigabit Ethernet. 1.3.4.2. Full camera control capability, including simultaneous control and continuously live image display of multiple cameras during recording. 1.3.4.3. Software shall enable full camera control through nine sectors that are overlaid in the computer's image display to facilitate easier camera operation. 1.3.4.4. Full playback control, including: 1.3.4.4.1. multiple camera/image synchronization, 1.3.4.4.2. image sequence loop, 1.3.4.4.3. Define T0. 1.3.4.4.4. contrast and brightness adjustment, 1.3.4.4.5. image zoom, 1.3.4.4.6. image pan. 1.3.5. It shall be possible to select a section, or block, of the recoded image sequence for download or replay. 1.3.6. Images can be saved, with user selectable compression types (software surveys host PC and uses available Codecs) and compression ratios/degrees, where applicable, in the following image formats: 1.3.6.1. AVI. 1.3.6.2. JPEG. 1.3.6.3. TIFF. 1.3.6.4. BMP. 1.3.6.5. PNG (8 or 16 bit formats). 1.3.6.6. RAW (8 bit Bayer format). 1.3.6.7. RAWW (10 bit Bayer format). 1.3.7. Software shall be capable of automatically downloading and saving a variable length image sequence to a user selected networked destination upon receipt of a suitable trigger signal. Once the image download is completed, the software will rearm the camera and await the next trigger. 1.3.8. Software shall provide the user the choice to save camera parameters and comments with the saved image sequences. 1.3.8.1. The user should be able to determine if this data is superimposed outside or inside the image area. 2. Salient Operating Characteristics: 2.1. Recording Rates - Must be capable of recording from 60 to 250,000 frames per second, including operation at the following resolutions and speeds: 2.1.1.1.1. Full resolution (1,024 x 1,024 pixels) recording to 5,400 frames per second. 2.1.1.1.2. 512 x 512 pixels recording at 16,000 frames per second. 2.1.1.1.3. 256 x 256 pixels recording at 45,000 frames per second. 2.1.1.1.4. 128 x 128 pixels recording at 90,000 frames per second. 2.1.1.1.5. 64 x 32 pixels recording at 150,000 frames per second. 2.2. System must able to save twenty (20) user defined resolution/speed configurations defined for the user to enter and save their preferred resolution/speed combinations. 2.3. Systems shall have four 'User Defined' buttons that can be user programmed to perform selectable functions. 2.4. Shutter Speed - Must be capable of global electronic shutter operation as fast as to 2.0 microseconds. 2.5. On-board memory - System shall have standard 8 gigabytes, and may be upgraded in future to 16 gigabytes. 2.6. Playback Modes - playback from 1 fps to 30 fps, forward and reverse, plus single step mode, forward and reverse. Must be capable of changing play rate and direction without stopping playback. 2.7. Must have capability of being controlled via RS422. 2.8. Must have the ability to partition full available memory into a minimum of sixty-four (64) autonomous segments for multiple recordings without requiring download. 2.8.1. System should be selectable as to automatic or manual increment of recording partition. 2.9. Must have the ability to change camera recording speed, up or down while the camera is recording. 2.10. Camera must be capable of synchronizing to IRIG or GPS time codes with no external recording hardware required. 2.10.1. IRIG and GPS recording accuracy must be better than one frame. 2.11. Camera will include built-in programmable delay generators for timing and trigger signals. 2.12. Must be able to phase-lock multiple cameras to assure frame "0" is synchronized on all systems. 2.13. Must include automatic exposure where the shutter is adjusted to prevent image over exposure in the event of increased light within a scene. This feature must include the ability for the user to define a maximum shutter exposure so as to prevent motion blur occurring within the recording. 2.14. Camera must provide some sort of user programmable High Dynamic Range whereby individual pixels can be reset when a specified intensity threshold is achieved. 2.15. Must include different trigger modes, including start, end, center, manual (variable in frame/percent increments), random, random reset, random center, random manual and dual speed recording. 2.16. Excluding DC power input, video outputs, external data acquisition, and remote keypad, all inputs and outputs must be available by two connectors (General In and General Out) located on the camera??s rear panel. 2.17. Trigger signal must be switch closure, open collector or TTL and input via a BNC connector on the processor. 2.18. Camera operating voltage shall be between 18 and 36 VDC. 2.18.1. The camera must be supplied with separate (remote) AC to DC power converter unit. 2.19. Must be operable with optional external data acquisition unit which enables analog data streams to be recorded and displayed synchronized with recorded image sequences. 2.20. Event markers must be easily inserted via a single coaxial cable. These event markers can be either positive or negative going. 2.21. Camera must be capable of operating reliably at temperatures 32 (0C) to 104F (40C) without any external cooling devices being required. 3. The camera system shall be fully compatible/supportable using an existing LaVision Particle Image Velocimetry system, acquired under a previous competitive purchase and can be integrated into LaVision's DaVis software for synchronization, capture, and analysis of PIV and particle sizing images. 4. Installation and Training shall occur on-site at NASA Glenn Research Center, and a mutually agreeable time. One day is anticipated. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: all items listed in the salient characteristics in part 2 of the above description. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The provisions and clauses in the RFQ are those in effect through FAC 05-17. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333314, 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00 p.m. on 07/09/2007 to NASA Glenn Research Center, M.S. 500-305, Attn: Bernadette Kan, 21000 Brookpark Road, Cleveland OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. 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 so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . 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=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- 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#125412)
- Record
- SN01326657-W 20070625/070623220408 (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 |