Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2009 FBO #2883
SOLICITATION NOTICE

58 -- RECOVERY - LONGWAVE INFRARED THERMAL CAMERAS AND ASSOCIATED SOFTWARE

Notice Date
10/14/2009
 
Notice Type
Presolicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
10WRQQ0012
 
Response Due
10/23/2009
 
Archive Date
10/14/2010
 
Point of Contact
JAMES R. HALL CONTRACT SPECIALIST 9162789441 jrhall@usgs.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - LONGWAVE INFRARED THERMAL CAMERAS AND ASSOCIATED SOFTWAREThe Department of the Interior, U.S. Geological Survey (USGS), has a requirement for fixed mount longwave infrared thermal cameras and associated software, to be used in support of the USGS Hawaiian Volcano Observatory. The required specifications are as follows: CAMERAS: ALL CAMERAS:**Temperature calibrated, digital radiometric output**Uncooled microbolometer**Longwave IR, 7.5-13 (+/-1) microns**320 x 240 detector size**Measurement temperature range: down to 0 C or lower, and up to at least 350 C**Operating temperature range: down to -10 C or lower, up to at least 40 C**Full radiometric image capture (at a rate of at least 1 frame per second) via 100 Mbit/s Ethernet (IP capable)**Weight: <4 lb total**Designed for fixed mount installation (i.e. no viewfinder or handle), with standard tripod (1/4 inch) screw hole**Relatively small form factor: <5" x <5" x <11" (without lens)**<70 mK sensitivity (NE delta T) CAMERA TYPE 1 (2 EACH):**Super-wide-angle lens configuration (horizontal angle between 70 and 95 dg)**Measurement temperature range up to at least 500 C CAMERA TYPE 2 (1 EACH):**Narrow-angle lens configuration (horizontal angle between 10 and 23 dg)**Measurement temperature range up to at least 500 C CAMERA TYPE 3 (3 EACH):**Wide-angle lens configuration (horizontal angle between 40 and 60 dg)**Measurement temperature range up to at least 350 C CAMERA TYPE 4 (1 EACH):**Super wide-angle lens configuration (horizontal angle between 70 and 95 dg)**Measurement temperature range up to at least 350 C ASSOCIATED ACQUISITION/ANALYSIS SOFTWARE TO OPERATE AND MANAGE ALL SEVEN CAMERAS: SOFTWARE DEVELOPMENT KIT TO ALLOW CUSTOMIZED, CONTINUOUS, AND AUTOMATED CONTROL OF ALL CAMERAS VIA ETHERNET, IN ORDER TO PERFORM THESE TASKS: **Automated and continuous (i.e. 24/7) image acquisition at user-defined frame rates (for rates which include a range from 1 frame per 10 minutes to 1 frame per second)**Automated and continuous (i.e. 24/7) production of temperature images (i.e. units of Celsius or Kelvin) in an open (i.e. non-proprietary) format (e.g. floating point, FITS, CSV, etc.) at the above-stated frame rates (0.1 fpm to 1 fps) SOFTWARE PACKAGE FOR MONITORING AND ALARMING:**Ability to continuously view images from all 7 cameras in real-time simultaneously on one computer screen**Ability to alarm in real-time based on temperature values, for all 7 cameras simultaneously SOFTWARE PACKAGE FOR ACQUISITION AND ANALYSIS OF IMAGES:**Ability to connect and interface with all cameras, and perform image acquisition at frame rates of at least 1 frame per second (i.e. this should be a part of the factory-written software package, to allow a standard mode of acquisition in addition to the customized acquisition approach described above with the software development kit).**Ability to review sequence of collected images, by manually incrementing frame by frame**Ability to make spot/line/area temperature measurements in collected images**Ability to make time-series spot/line/area measurements of temperatures in sequence of collected images**Ability to adjust emissivity and atmospheric correction values for collected image set**Ability to export individual images as common image format (e.g. JPG or BMP), and export sequences of images as a common movie format (e.g. WMW or AVI) FIELD TESTThe apparent low offeror may be required to provide a camera and necessary software for the purposes of field testing, and successfully pass the test requirements as a condition of award. The test parameters are as follows: Camera power consumption must be less than or equal to 15 Watts during continuous image acquisition. This will be evaluated over a period of 24 hours, with the camera connected to 12 VDC input. The camera shall not draw more than 1.25 amps, for frame rates up to 10 frames per second, during the evaluation period. The Government anticipates award of a commercial, Firm-Fixed Price type contract. Anticipated delivery date is 2 (two) weeks after receipt of order. In accordance Federal Acquisition Regulation (FAR) 5.102(a)(1) and 5.207(c)(11), a written request for quotation (RFQ) and any documents related to this acquisition will be issued in accordance with the procedures of FAR Part 12, Acquisition of Commercial Items and FAR 13.5, Test Program for Certain Commercial Items and will be available on the internet on or about October 16, 2009. The offeror is responsible for monitoring this site for the release of the request for quotation and amendments (if any). A formal request for quotation is not available for release at this time. This requirement is being issued as an unrestricted opportunity. The applicable North American Industry Classification System (NAICS) code is 334513, "Infrared instruments, industrial process-type, manufacturing", and the size standard is 500 employees. There is not an incumbent contractor. Full funding for requirements to be completed by resultant contract award(s) may utilize funds provided by the American Recovery and Reinvestment Act of 2009 (the 'Act'), Public Law 111-5. Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirements by the successful offeror(s), will be required in any resultant contract. All questions and concerns may be submitted to the Contract Specialist, Jim Hall, via email at jrhall@usgs.gov.(ATN: SV0002V)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0012/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY
Zip Code: 000000000
 
Record
SN01985460-W 20091016/091014235254-cec725dc4170dea7578a42cbe1e1085e (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 |
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.