Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2014 FBO #4689
SOLICITATION NOTICE

58 -- Thermal Imaging and Camera System - Brand Name or Equal requirements

Notice Date
9/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-14-T-0111
 
Archive Date
10/11/2014
 
Point of Contact
Michael G. Fredericks, Phone: 719-333-3829
 
E-Mail Address
michael.fredericks@usafa.af.mil
(michael.fredericks@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name or Equal This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-14-T-0111, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-76, Effective 25 Aug 2014. The North American Industrial Classification System (NAICS) number is 333314, Small Business Size Standard 500 employees. This is a full and open, unrestricted solicitation for a "Brand Name or Equal" Thermal Imaging and Measurement Camera System. CLIN: 0001 Unit Price ______________ Total Price _____________ Description: •1) A Brand Name System that is commercial off-the-shelf and that meets the USAFA DF current requirements for a Thermal Imaging and Measurement Camera System is the FLIR Systems SC8303 Series 1344 x 784 mega-pixel infrared camera. OR •2) If a vendor chooses to quote an "or Equal" system, then that system must meet all of USAFA/DF application salient characteristic requirements outlined below : •a. Camera Focal Plane Array Requirements: •- Minimum 1MP array with mid-IR 3-5um spectral response •- High spatial sensitivity, low pixel pitch < 20um •- High dynamic range, 14 bit or greater •- User adjustable integration time from 500nS to full frame time •- High frame rate, minimum 100 frames/sec at full frame •- Asynchronous Integrate While Read or Asynchronous Integrate Then Read read-out modes •- Adjustable Digital Gain and Offset •- Stirling cooled sensor for maximum sensitivity •- On-board memory for factory NUCs and calibrations •b. Camera Input/Output Requirements: •- Computer connectivity through at least Gigabit Ethernet and CameraLink Full •- Digital data available on Gigabit Ethernet and CameraLink Full simultaneously •- Supports preset sequencing for Superframing or Dynamic Range Extension with 4 presets available on the camera head •- Sync-In for clocking the camera to external devices, and trigger-in for triggering the camera from external sources - via BNC •- IRIG-B built in camera head for time tagging of images or synchronizing to external events - via BNC •- IRIG time-stamp latency has been verified to meet TSPI timing requirements of < +/- 50us •- Sync-Out for triggering external devices to the camera - via BNC •- Genlock for triggering the analog video - via BNC •- Analog output with user-selectable text overlay and color palette - NTSC, PAL, S-Video, SVGA •- HD-SDI video output with user-selectable text overlay and color palette •c. Optic Requirements: Need Compatible "off the shelf" optics for current application and future capability. Optic must be removable. •- 17mm, 25mm, 50mm, 100mm fixed focal length •- 50mm/250mm/500mm Triple Field of View Lens, f/4.0 •- 50/500 Continuous Zoom lens, f/4.0 •- 1 meter InSb lens assembly, 3.0-5.0 micron band pass f/4.0, Bayonet Mount Optical Interface •d. Camera Enclosure: •- Weight 10lbs or less without lens •- Semi - Sealed enclosure with integral forced air heat exchanger heat •- -10 C to +50 C Operational environment •- -55 C to +80 C Storage environment •e. Software Requirements: 1. Fully temperature calibrated video using the software. •2. Software must support single image and multiple image acquisition •3. The software must offer compatibility with the most common IR camera image formats:.img,.seq,.ptw,.sfimg (SAF),.sfmov (SAF). Any software that cannot read and measure temperatures on all of these types of images is not acceptable since it will not allow us to use our archives of images. •4. The software must be able to store images as IR images (.img,.tif etc.), standard windows bitmaps (.bmp), standard ASC II (comma separated values.csv) and sequences of images as sequence files (.seq) or as a series of bitmaps or as a.wmv movie. •5. Analysis Functions - •a. Must include multiple spot meters, rectangles, circles, polygons, line profiles (straight and bendable), and isotherms •b. The temperature of each tool should be displayed on the image and in a results table and must update as the tool is moved around the image and as the sequence is played back. For area measurements the minimum, maximum, average and standard deviation of temperature should be displayed. •c. A profile of temperature should be graphed for each line and updated in real time •d. A histogram of temperature should be displayed for lines or area tools •6. Time vs. Temperature Plots - The software must provide time vs. temperature plots for each tool. This plot must be graphed and the data for the curve stored in a format that can be opened directly in MS Excel. •7. The software must support acquisition to memory to allow for burst recording at the maximum frame rate of the camera as well as acquisition to disk for longer recording periods at slower frame rates. •8. The software must be able to read out in degrees (C, F, K, R) or A/D counts. •9. The software must support automatic gain control of linear, plateau equalization or dynamic detail enhancement and shall scale off entire image, manual selection, or selected region of interest. •10. The software must have built in camera command and control for a variety of cameras including FLIR A, S and SC Series cameras. •11. The software must have customizable workspaces with a "float and dock" type interface to tailor how plots and graphs are displayed per user preferences. •12. The software must have the ability to use either factory or user generated calibration files. A built-in calibration and NUC wizard must be included to step the user through PC-side NUC's and radiance/temperature calibrations. •13. The software must be compatible with the camera's ambient drift compensation feature for repeatable accurate temperature measurements. •14. The software must have the ability to generate self viewing files i.e. it must export a copy of a movie sequence bundled with the application so that the data can be viewed by someone without the software. •15. SDK shall be available to allow control from custom software. •16. Compatible with FLIR Portable High Speed Data Recorder Full (pHSDR-Full) •a. Shall be able to capture data for up to ~60 minutes with zero dropped frames at the full frame rate and maximum window size of the camera •b. Shall provide the ability to view the digital image and perform analysis on the digital data in real-time while the data is being written to disk •c. Shall accept an external trigger to begin/control acquisition •17. Training Requirements: Factory training and technical support in the US must be available for the Thermal Imaging System Offered by the vendor. This should be noted/identified in your quote submittal The FOB for this RFQ is Destination. The required delivery date is NLT than 45 days after award date. Quotations received with other than FOB Destination pricing will not be considered. This is a Brand Name or Equal Acquisition in accordance with FAR 11.104. Vendors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and the no addenda applies. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The following factors will be used to evaluate quotes: Price and Technical (meet or exceed salient characteristics). Initially, quotes will be evaluated on a pass or fail basis to determine whether the proposed Thermal Imaging System meets the Brand Name or Equal salient characteristics of the specifications provided at the lowest evaluated price. Quotes will then be ranked according to price. The vendor who submits the lowest price and meets or exceeds the salient physical, functional or performance characteristics of the purchase description will receive the award. The award will be made to that vendor without further consideration of any other quotes. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) and its Alternate I must be completed. Vendors are HIGHLY ENCOURAGED to complete all representations and certifications electronically on line at: ( http:www.sam.gov ). If not completed on-line, 52.212-3 and its Alt I shall be completed in hard copy and submitted with quote. 9. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. ( www.sam.gov ) 10. Quotes must be submitted and received no later than 3:00 pm Mountain Time, September 26, 2014, via email to michael.fredericks@us.af.mil in order to be considered for award. If there are any questions, please do not hesitate to e-mail the Contracting Officer, Michael Fredericks at michael.fredericks@us.af.mil. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.211-6 Brand Name or Equal (Aug 1999) Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001 Buy American-Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors (JUN 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments (DEC 2006) (End of clause) 5352.201-9101 Ombudsman (APR 2010): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 5226 Cedar Drive USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9075 email: Kelly.Snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012): (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-T-0111/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado Springs, Colorado, United States
 
Record
SN03526757-W 20140926/140925002714-27a830d8e07e40be471232b2c9097c71 (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.