MODIFICATION
58 -- Brand Name or Equal for Longwave Infrared (LWIR) and Mid-wave Infrared (MW) scientific camera system
- Notice Date
- 3/17/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
- ZIP Code
- 32407
- Solicitation Number
- N61331-16-T-3001
- Archive Date
- 4/9/2016
- Point of Contact
- Tiphanie J Spradlin, Phone: 8506366456
- E-Mail Address
-
tiphanie.spradlin@navy.mil
(tiphanie.spradlin@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION REVISED 17 MARCH 2016. THE NOTICE IS EXTENDED TO 25 MARCH 2016, 1600 CST. 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. This announcement constitutes the request for the required items under Request for Quote (RFQ) N61331-16-T-3001. A subsequent solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-86 effective January 1, 2016. The applicable NAICS Code is 334290, FSC 5850, and the small business size standard is 750 employees. This requirement is full and open. The Naval Surface Warfare Center, Panama City Division FL intends to award a competitive firm fixed price commercial contract for the following: Brand Name or Equal for Longwave Infrared (LWIR) and Mid-wave Infrared (MW) scientific camera system. Brand: FLIR Part Numbers: LWIR: FLIR SC7790 VL MW: FLIR SC6701 Data Recorder: PKG-PHSDR-FULL Lens part numbers appear in context below. Salient Characteristics: Two separate cameras, with associated lenses and peripheral system, one sensitive in a range from 7.7 micrometers to 11.5 micrometers (called the longwave camera system) and the other sensitive from 3 to 5 micrometers (called the midwave camera system). Each camera shall be controlled by the same software program to avoid duplicate training. 1) CLIN 0001 - LONGWAVE INFRARED SCIENTIFIC CAMERA SYSTEM · Mercury Cadmium Telluride (HgCdTe) focal plane array · calibration of HgCdTe camera between 5 and 80 degrees Celsius · at least 640 by 512 pixels · f/2 cold aperture opening · L0302V f/2 longwave infrared lens of focal length yielding field-of-view of 11 +/- 1 degree by 9 +/- 1 degree · calibration of lens between 5 and 80 degrees Celsius · 16-micrometer pitch or smaller · 14-bit dynamic range or greater · noise equivalent temperature difference (NETD) less than or equal to 37 mK · 115 Hz full frame rate · up to 62 kHz rate when a subset of the array is windowed · windowing is of arbitrary size or position · GigE or CameraLink input and output · Analog composite or S-video output · Analog input · A greater than 4-position fixed, motorized filter wheel · Camera may be opened to replace or remove filters in the field · Rotary closed-cycle cooling · Ambient drift compensation · Temperature accuracy +/- 1% or +/- 1 degree Celsius · Power interface cables · Software driver/controller having the following characteristics; •­ simple connectivity with the purchased camera •­ image and image sequence recording •­ support of burst-mode recording to RAM or slower recording to hard drives •­ connection via USB, Firewire, GigE, and CameraLink supported •­ real-time image analysis functions, including measurements within areas, lines, and pixels •­ plotting of temporal changes, histograms, and line profiles •­ easy export to off-line analysis software, such as Excel and Matlab 2) CLIN 0002 - P/N: L0306V. Very wide-angle longwave lens: approximately 44 by 36 degrees, f/2 with calibration 3) CLIN 0003 - P/N: L0324V. Wide angle longwave lens: approximately 22 by 17 degrees, f/2 with calibration 4) CLIN 0004 - P/N: L0201V. Long focus longwave lens: approximately 5.5 by 4.4 degrees, f/2 with calibration 5) CLIN 0005 - MIDWAVE INFRARED SCIENTIFIC CAMERA SYSTEM · Indium Antimonide (InSb) or HgCdTe focal plane array · calibration of InSb camera between -20 and 350 degrees Celsius · at least 640 by 512 pixels · f/2.5 cold aperture opening · midwave infrared lens of aperture ratio < f/2.5 and focal length yielding field of- view of about 11 by 8 degrees (+/- 1 degree on each dimension) · calibration of lens between -20 and 350 degrees Celsius · 15-micrometer pitch or greater · 14-bit dynamic range or greater · noise equivalent temperature difference (NETD) less than or equal to 30 mK · 125 Hz full frame rate · higher frame rates when a subset of the array is windowed · windowing is user defined · GigE or CameraLink input and output · Analog or S-video output · USB port for additional command and control · A greater that 4-position fixed, motorized filter wheel · Camera must have the capability to be opened to replace or remove filters in the field · Rotary closed-cycle cooling · Temperature accuracy +/- 2% or +/- 2 degree Celsius · Power and interface cables · Software driver/controller having the following characteristics; •­ simple connectivity with the purchased camera •­ image and image sequence recording •­ support of burst-mode recording to RAM or slower recording to hard drives •­ connection via USB, Firewire, GigE, and CameraLink supported •­ real-time image analysis functions, including measurements within areas, lines, and pixels •­ plotting of temporal changes, histograms, and line profiles •­ easy export to off-line analysis software, such as Excel and MatLab •­ cables included 6) CLIN 0006 - P/N: 4138205. Very wide angle midwave lens: approximately 40 by 30 degrees, < f/2.5, with calibration 7) CLIN 0007 - P/N: 26498-000. Wide angle midwave lens: approximately 22 by 16 degrees, < f/2.5, with calibration 8) CLIN 0008 - P/N: 26498-002. Long focus midwave lens: approximately 5.5 by 4 degrees, < f/2.5, with calibration 9) CLIN 0009 - P/N: 26498-003. Very long focus midwave lens: approximately 2.7 by 2 degrees, < f/2.5, uncalibrated 10) CLIN 0010 - HIGH-SPEED STORAGE UNIT - Allows the storage of full-frame data at maximum frame rate over many seconds, together with metadata. · Communicates with controller software associated with either camera system · Supports CameraLink and GigE recording · Allows real time display while recording · Has removable hard drive · 1 to 2 terabyte capacity · Supports IRIG-B time stamp · Download module to analysis computer · Cables included Offerors proposing to furnish an "equal" product, IAW the "Brand Name or Equal" provision of this solicitation, shall insert the following description for product. •­ Bidding on: •­ Manufacturer's Name: •­ Address: •­ Product Name (if any): •­ Product Make, model, or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation. FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. FOB Destination: Delivery Point Destination is the Receiving Office, Naval Support Activity Panama City, 101 Vernon Ave, Panama City Beach, FL 32407-7018 ATTN: Code X12. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation - Commercial Items, award will be made on the basis of Lowest Price Technically Acceptable (LPTA); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected Offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.217-5, 52.217-7. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-C9. Responses to this solicitation are due by 25 March 2016 at 4:00 P.M Central Standard Time. At a minimum, responsible sources shall provide the following: (1) A signed and dated price proposal on letterhead, which identifies the name, address and telephone number of the Offeror. (2) The solicitation number, the requested item, with its unit price, extended price, and total price. (3) Prompt payment terms (4) Remittance address if different from mailing address (5) Tax I.D. #, Duns #, and Cage Code. (6) In addition the Offeror shall provide a technical description in sufficient detail to evaluate compliance with the requirements in the solicitation. (7) A completed copy of the Representation and Certifications at FAR 52.213-3, see FAR 52.212-3 (j) for those representations and certifications that the Offeror shall complete electronically. (8) Acknowledgment of Solicitation amendments (9) Proposals shall be valid for 60 days. Offerors proposals and questions can be addressed to Tiphanie Spradlin at email tiphanie.spradlin@navy.mil. Reference RFQ # N61331-16-T-3001 on your proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8f00134ecfbc9dadeabd59ec08f71b80)
- Place of Performance
- Address: Naval Surface Warfare Center Panama City, Panama City, Florida, 32408, United States
- Zip Code: 32408
- Zip Code: 32408
- Record
- SN04054556-W 20160319/160317235649-8f00134ecfbc9dadeabd59ec08f71b80 (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 |