Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

66 -- VERY LONG WAVE INFARED (VLWIR) CAMERA SYSTEM AND MIDDLE-WAVE INFARED (MWIR) CAMERA SYSTEM

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10T0070
 
Response Due
5/21/2010
 
Archive Date
7/20/2010
 
Point of Contact
Barbara Gerace, (505)678-3579
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(bgerace@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) This 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-10-T-0070. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 dated 22 April 2010. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, VERY LONG WAVE INFARED (VLWIR) CAMERA SYSTEM, Qty 1, Unit EA, CLIN 0002, MIDDLE-WAVE INFARED (MWIR) CAMERA SYSTEM, Qty 1, Unit EA, CLIN 0003, Shipping Charges to WSMR, NM 88002, Qty 1, Unit LOT. (v) Description of requirements: VLWIR Camera System consisting of the following: Complete camera system with housing, lens mount, connector panels, cables, and power supply having a spectral response from 9.0 to 11.0 m or better with 80% or greater relative spectral response across the entire band; Dewar window having anti-reflection coating on both sides; Dewar window and cold filter having 3-5 of tilt in opposite directions to reduce fringe patterns generated by multiple reflections when imaging laser energy; Three (3) camera lenses with horizontal field of view within the following ranges: 1) 5-10, 2) 10-15, and 3) 20-25; Ability to operate in snap shot mode with the entire array read-out simultaneously after a given integration time interval; Focal plane array size a minimum of 320x256 pixels with maximum total pixel size of 30x30 m and a minimum of 75% fill factor; Sensitivity better than or equal to 25 mK NETD at 25C; Camera capable of external triggering with a minimum delay in integration and jitter; Simultaneous NTSC analog video and digital video output via Camera link (choice of outputting either raw or corrected video) with a minimum of 14 bit dynamic range; Frame grabber interface board; Selectable integration time for full frame rate from 10 msec or greater on the upper end to 10 usec or less on the lower end; Software Developers Toolkit (SDK) for C++ to allow the integration of customer control software with the camera data acquisition system; Basic command and control software; Minimum frame rate using the entire array greater than 200 Hz; Higher frame rates up to 1000 Hz achievable via user defined sub-windowing, Closed-cycle Stirling cooler producing minimal vibration; Camera focal plane array (FPA) operability of greater than 99% where a bad pixel is defined as having a responsivity less than 50% of the average for the array; Means of allowing the user to perform one and two point non-uniformity correction as well as bad pixel replacement. Camera head physical dimensions less than 18 length by 12 height by 12 width. Cable lengths between the control module and the camera greater than or equal to 20 feet; User manuals describing the operation of the camera and software provided at time of delivery. MWIR Camera System consisting of the following: Complete camera system with housing, lens mount, connector panels, cables, and power supply having a spectral response from 3.8 to 4.7 m or better with 80% or greater relative spectral response across the entire band; Dewar window having anti-reflection coating on both sides; Dewar window and cold filter having 3-5 of tilt in opposite directions to reduce fringe patterns generated by multiple reflections when imaging laser energy; Three (3) camera lenses with horizontal field of view within the following ranges: 1) 5-10, 2) 10-15, and 3) 20-25; Ability to operate in snap shot mode with the entire array read out simultaneously after a given integration time interval; Focal plane array size a minimum of 640x512 pixels with maximum total pixel size of 15x15 m and a minimum of 75% fill factor; Sensitivity better than or equal to 25 mK NETD at 25C; Camera capable of external triggering with a minimum delay in integration and jitter; Simultaneous NTSC analog video and digital video output via Camera link (choice of outputting either raw or corrected video) with a minimum of 14 bit dynamic range; Frame grabber interface board; Selectable integration time for full frame rate from 10 msec or greater on the upper end to 10 usec or less on the lower end; Software Developers Toolkit (SDK) for C++ to allow the integration of customer control software with the camera data acquisition system; Basic command and control software; Minimum frame rate using the entire array greater than 100 Hz; Higher frame rates up to 500 Hz achievable via user defined sub-windowing; Closed-cycle Stirling cooler producing minimal vibration; Camera focal plane array (FPA) operability of greater than 99% where a bad pixel is defined as having a responsivity less than 50% of the average for the array; Means of allowing the user to perform one and two point non-uniformity correction as well as bad pixel replacement; Camera head physical dimensions less than 18 length by 12 height by 12 width; Cable lengths between the control module and the camera greater than or equal to 20 feet; User manuals describing the operation of the camera and software provided at time of delivery. (vi) Delivery is required ten (10) months after date of contract award. Delivery shall be made to Building 1856, White Sands Missile Range (WSMR), NM 88002. Acceptance shall be performed at WSMR, NM. The FOB point is Destination. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (viii) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a) 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: 1. Technical: The technical evaluation will be a determination as to whether the proposed product meets all of the specifications set forth in the solicitation. The technical evaluation will be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a product so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications 2. Past Performance: Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include two (2) records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. The Government may contact references other than those identified by the offeror and use the information received in the evaluation of the offerors relevant past performance. The Government may inspect the deliverables of those prior sales to ascertain the requisite quality of performance. 3. Price: The offerors proposed price must be consistent with the cost/price proposal. Price will be assessed for completeness and reasonableness. 4. Technical and past performance are of equal importance and when combined are significantly more important than price. (b) The Government reserves the right to award without discussions. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 5.203-3 Gratuities (APR 1984), 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government (OCT 1995), 52.204-7 Central Contractor Registration (JUL 2006), 52.219-8 Utilization of Small Business Concerns (MAY 2004), 52.219-28 Post Award Small Business Program Representation (JUN 2007), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), 52.215-13 Restrictions on Certain Foreign Purchases (MARCH 2005), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004), 252.243-7002 Request for Equitable Adjustment 2005 (MAR 1998. (xii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions. A copy of the full text of these provisions will be made available upon request. (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xiv) The following notes apply to this announcement: NONE. (xv) Offers are due on 21 May 2010, by 11:00 AM Mountain Standard Time (MST), to bgerace@arl.army.mil (xvi) For information regarding this solicitation, please contact Barbara Gerace at bgerace@arl.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c26ffd931ae5c7dfaba64520e91a43d)
 
Place of Performance
Address: US ARMY RESEARCH LABORATORY WHITE SANDS MISSILE RANGE WSMR NM
Zip Code: 88002-5512
 
Record
SN02147833-W 20100514/100512235224-8c26ffd931ae5c7dfaba64520e91a43d (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.