SOURCES SOUGHT
67 -- High Performance Digital Cameras and Data Acquisition Computer System
- Notice Date
- 8/14/2014
- Notice Type
- Sources Sought
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-14-592
- Archive Date
- 9/4/2014
- Point of Contact
- Paul C. Marsalese, Phone: 3015941971
- E-Mail Address
-
paul.marsalese@nih.gov
(paul.marsalese@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 423410 - Photographic Equipment and Supplies Merchant Wholesalers - and the associated small business size standard of 500 employees. Purpose and Objectives for the Acquisition: The mission of the National Institute of Mental Health (NIMH) is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. In pursuit of this mission, NIMH, Laboratory of Molecular Biology is potentially seeking high performance digital cameras, including camera heads, PCi-Express cards, camera link cables, and data acquisition computer system. Specifications: PCO.EDGE 5.5 rolling shutter sCMOS (Scientific CMOS) High Performance Digital Camera: •Thermoelectricity cooled camera head with sCMOS sensor optimized for Rolling Shutter operation including both F and C mount optical input adapters •Full 10-tap Camera Link PCi-Express card with camera link cables •Camware application software for camera control, viewing of images and saving images in various file formats •Power supply and cables •Two year full warranty on parts and labor Camera Key Specifications: •2560 x 2160 pixel resolution, 5.5 MegaPixels •6.5 x 6.5um pixel size •16-bit Analog to Digital Converter (A/D) •Dynamic Range 27,000 : 1 (88.6dB) •Rolling Shutter Mode Only •Readout Noise: <1.1e - med at 33fps, <1.5e- med at 100fps (Rolling Shutter) •Exposure time: 500usec - 2s •Spectral range: 370-1100nm Data acquisition computer system for camera systems: •SuperMIcro 4U.CSE-86A-R1200B 26 bay storage case, MS(EN) WL Desktop 800 keyboard and mouse •SuperMicro X9DRX Xeon S2011 Server Board •2X Intel CPU 4C Xeon E5-2603 BV2 S2011 •2X Kingston KVR18R13S4K4/32 (8GBX4=32GB) •Seagate SATA SSD 1TB (hybrid) 2.5" Hard Drive for operating system •20X Seagate SATA ST1000LM014 1TB (7200 rpm) 3.5" Hard Drives: 64MB @ 6GB/s •2X Mega RAID SAS 9280-16i4e 8-port SAS/SATA PCIe (LSI Model LS100210) •LG24X DVD-RW SATA Drive •Asus GTX650-E-1GD5, 1GB DDR5 DVI, HDMI •Connect X-3 VPI Adapter card, Dual Port QSFP, FDR 1B (56 GB/s) and 40GigE, PCI 33.0 x 8 (FH/LP) •1200 Watt Power Supply •Windows 7 Pro SP1 (EN) DVD OEM •1 year warranty on parts and labor Capability Statement: Contractors that believe they possess the ability to provide the required products should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, Point of Contact Information and any applicable Federal Supply Schedule (FSS) contract number. Interested organizations are required to identify their type of business, applicable North American Industry Classification Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Paul Marsalese, Contract Specialist, at Paul.Marsalese@nih.gov in MS Word format within 7 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. Concluding Statement: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government intends to negotiate a fixed price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-592/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03464918-W 20140816/140814235322-bf65cc7a059bddece70388e9e9fa8982 (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 |