SPECIAL NOTICE
66 -- Video Spectral Comparator
- Notice Date
- 8/20/2012
- Notice Type
- Special Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264512JPAC007
- Archive Date
- 9/20/2012
- Point of Contact
- Jaime R. Belletto, Phone: 3016193020
- E-Mail Address
-
jaime.belletto@med.navy.mil
(jaime.belletto@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command at 693 Neiman Street, Fort Detrick, MD intends to negotiate on a sole source basis IAW FAR 13.106 with Foster & Freeman USA Inc. 46030 Manekin Plaza Suite 170, Sterling VA 20166. Foster & Freeman USA Inc is the only responsible source that can provide a Video Spectral Comparator VSC-6000 to be used at the Joint Prisoners of War, Missing in Action Accounting Command (JPAC). This announcement constitutes the only Notice of Intent. The solicitation number is N6264512JPAC007. The Joint Prisoners of War, Missing in Action Accounting Command (JPAC) has a requirement for a video spectral comparator. The system shall be capable of viewing and analyzing forensic evidence samples including but not limited to documents and artifacts under a wide range of lighting conditions. The system shall be capable of facilitating comparison of forensic evidence images for positive identification purposes. The system shall have a sample placement area which allows for placement of samples which are significantly larger in size than the system itself in length and width (e.g. airplane wreckage). The system shall be capable of providing incident illumination with peak wavelength range of at least 254 nm to 950 nm. The system shall include a camera capable of detecting and documenting forensic evidence over a spectrum including ultraviolet, visible, and infrared with a minimum spectral range of 360 nm - 1000 nm. The system shall be capable of optical magnification of at least 20x. The system shall include multiple high pass and band pass filters for spectral selection. The system shall be capable of spectrometry to allow for measurement of absorption, reflectance, transmission and fluorescence spectra. The system shall allow for image analysis including measurements of distance, angle, and area. The system shall allow for side-by-side comparison of live and stored images. Only Foster & Freeman USA can provide a video spectral comparator which features a sample placement area which allows for placement of samples which are significantly larger in size than the system itself in length and width (e.g. airplane wreckage). In order to complete its mission of recovering and identifying the remains of fallen warriors, JPAC requires the capability of positively identifying a wide range of forensic evidence types including those of large size. The VSC-6000 video spectral comparator provided by Foster & Freeman is capable of opening on three sides, allowing a portion of a large-sized sample to rest inside the sample placement area while the bulk of the sample remains outside the unit. Other vendors only offer video spectral comparators which open on one side, thus only permitting samples which conform in size to the width of the unit. A contract will be awarded to Foster & Freeman USA for one (1) Video Spectral Comparator VSC-6000. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This acquisition is being conducted under the authority of FAR Part 13.106, only one responsible source and no other supplies or services will satisfy agency requirements. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339999 with a Small Business Size Standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Jaime Belletto, jaime.belletto@med.navy.mil by 4 PM EST on 5 September 2012. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264512JPAC007/listing.html)
- Record
- SN02846603-W 20120822/120820235505-97ab936e699239ef82dca3a86cafcda0 (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 |