SOLICITATION NOTICE
66 -- High Speed, High Resolution Digital Video Camera
- Notice Date
- 8/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-09-RQ-0452
- Archive Date
- 9/9/2009
- Point of Contact
- Andrea A Parekh, Phone: (301)975-6984, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
andrea.parekh@nist.gov, todd.hill@nist.gov
(andrea.parekh@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- 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. 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) 2005-34.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***The National Institute of Standards and Technology is seeking to purchase a high-speed, high resolution digital video camera The Office of Law Enforcement Standards (OLES) at the National Institute of Standards and Technology (NIST) conducts a number of projects under its Weapons & Protective Systems program. These projects focus on the establishment of improved performance standards and test methodologies for various types of equipment used by law enforcement, corrections, and criminal justice agencies. This specific requirement addresses a need for an additional high-speed, high resolution digital video camera for monitoring ballistic impacts and the deformation of specimens undergoing high strain rate loading. The camera triggering and synchronization circuitry must be compatible with an existing Photron Ultima APX-RS camera, so as to allow the two cameras to be used together for synchronized video. ****All interested Contractor’s shall provide a quote for the following: Line Item 0001: Quantity One (1) high-speed, high resolution digital video camera. The system must meet or exceed all of the minimum specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. The system must consist of all the following components. 1) Sensor resolution: 1 Mpixel (1,000,000 pixels) or greater. 2) 12-bit or higher color resolution. 3) Capable of meeting or exceeding the following frame rates: a) 1 Mpixel resolution: 7000 fps (frames per second) or greater. b) 512x512 pixel resolution: 25,000 fps or greater. c) 256x256 pixel resolution: 75,000 fps or greater. 4) Peak frame rate (at reduced resolution) of at least 700,000 fps. 5) Recording duration of at least 5000 frames at full resolution. 6) Memory: the camera shall have at least 8GB of memory, and more is preferred. 7) Nikon F-mount lens mount. 8) Gigabit Ethernet connectivity. 9) All software necessary for configuring the camera and downloading video shall be included. 10) Camera and/or support software shall be capable of saving recorded videos in AVI format and individual (or all) captured frames in TIFF or PNG format. Capabilities for saving to additional standard formats are desirable, but not required. 11) The camera shall be capable of being triggered with a 5V TTL signal. 12) Camera shall have phase lock synchronization to allow synchronization with another camera or external source. Camera synchronization shall be compatible with that of a Photron Ultima APX-RS camera, to allow synchronization with existing camera equipment. 13) Telephone support is required during set-up. ***The Contractor shall provide a minimum one (1) year warranty on all components. All costs including parts, labor, shipping, and other expenses necessary to repair any machine equipment will be borne soley by the contractor at no additional cost to the U.S. Government. *** ***Delivery shall be provided not later than 120 days after receipt of an order. Delivery shall be FOB Destination. FOB Destination means: 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 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, 3) Experience and 4) Price. Technical capability, past performance, and experience, when combined, shall be approximately equal to price. If Technical Capability, Past Performance, and Experience are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its’ affiliates. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided. Experience The Contractor shall describe their experience performing similar work, explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. NIST will evaluate the extent of the offeror’s experience providing similar equipment and will consider the relevance of the offeror’s experience to the current requirement. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.222-50 Combating Trafficking in Persons (29) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; ALTERNATE II (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 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. *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. ***All quotes shall be received not later than 3:00 PM local time, on August 25, 2009, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0452/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Mailstop 1640, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01902802-W 20090808/090807001528-f3ad177891aa594f5f6835c3f2202a69 (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 |