SOLICITATION NOTICE
66 -- 3D Digital Image Correlation System
- Notice Date
- 7/31/2024 10:17:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY24QAP02
- Response Due
- 8/30/2024 11:00:00 AM
- Archive Date
- 09/14/2024
- Point of Contact
- Alexander M. Ponusky, Alejandro Ayala
- E-Mail Address
-
alexander.m.ponusky.civ@army.mil, alejandro.ayala.civ@army.mil
(alexander.m.ponusky.civ@army.mil, alejandro.ayala.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation, number W911QY24QAP02, is issued as a Request for Quotation (RFQ) for a Firm-Fixed-Price (FFP) contract for a 3D digital image correlation system to include the required specifications and a one-year warranty. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05, effective 22 May 2024. (iv) This is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this acquisition is 334519 � Other Measuring and Controlling Device Manufacturing, with a small business size standard of 600 employees. The Awardee must have the applicable NAICS code in its System for Award Management (SAM) assertions. The applicable PSC is 6640 � Laboratory Equipment and Supplies. (v) Line item numbers and items, quantities and units of measure are as follows: 1. CLIN 0001 � DEVCOM - Soldier Center�s Protection Materials Division requires 3D digital image correlation system for use in characterizing material behavior during ballistic impacts. The proposed DIC software will be used for tracking and image acquisition for use with HPVX2 Cameras. The system shall directly interface with two Shimadzu high speed cameras that capture up to 5M frames per second. The proposed 2D/3DSoftware is essential to SC�s requirements because it allows for quantitative analysis of dynamic experiments. Prior to testing, a random speckle pattern will be applied to the sample surface, and then recorded by the cameras as the pattern is tracked frame-by-frame by the software. Using a pair of calibrated cameras, the movement of the surface (i.e. rigid body motion) and relative movement of the surface (strains) in three (3) dimensions shall be tracked as a function of time. At each pixel in each image the three (3) dimensional displacements, velocities, and strains are calculated by the software. The data can be quantitatively compared to theory and/or simulations. It is essential that the proposed software be supplemented with robust, integrated calibration hardware to eliminate bias (or error) due to environmental factors, parallax, mixed media, out-of-plate motion, etc.� Processing algorithms shall be highly efficient for reduced post processing time and be compatible with known DoE and/or DoD test protocols. At a minimum, the DIC package shall include: calibration hardware, precision camera mounting hardware, lenses and filters, acquisition/analysis PC, software keys, speckle pattern kit, maintenance package (US-based), and onsite training for current operators. Vendor quotations shall include any/all shipping costs to the United States Army Combat Capabilities Development Command (CCDC) Soldier Center, General Greene Ave, Natick MA 01760. Shipping may either be included in the price of the items in each CLIN, or broken out into a separate CLIN - however, it is the responsibility of the offeror to specify.� If not specified, it will be assumed to be included in the price of each CLIN without further recourse from the offeror. The following specific requirements shall also apply to this acquisition: Special DIC requirements The software developer of the 3D digital image correlation system shall be headquartered in the United States to aid in acquisition and real-time trouble shooting for active experiments. Range of acquisition speeds including: quasi-static, high speed and ultra-high speed. Demonstrated capability to image explosive events, Kolsky Bar, particle acceleration, and brittle material fracture events with supporting case studies.� Developer shall provide references for system demonstration with other government labs either DoD or DoE. User friendly acquisition software to synchronize image format, naming convention, external analog data, and single pair calibration data. Highly efficient algorithms tuned for the latest processors and operating system features to make use of up to 96 cores. Data caching on the front and back end, enabling up to 1,000,000 points per second. In-plane displacement accuracy of 1/100,000 of FoV and 1/50,000 of FoV for out-of-plane displacement. � Software requirements Capable of processing up to 500,000 data points/sec Real-time Measurement module capable of displaying full-field data at over 10,000 data points and at 10 Hz Ability to acquire image sequence for calibration, testing, and synchronize with external analog data Ability to acquire / download images while processing data from previous tests Ability to differentiate between rigid body motion and material strain Ability to import FEA data for comparison with point cloud data Ability to overlay test specimen image with contour plot Ability to control two Shimadzu cameras (direct interface) from within the DIC analysis software Create animations for data presentation within the software suite Hardware requirements 6 DoF camera mounting station hardware Independent DAQ hardware for input of raw voltages from 3rd party devices and to synchronize image capture for primary cameras� Calibration targets with a variety of sizes for different test setups Ability to synchronize up to 8 cameras for 360 deg coverage Real-time measurement module for displaying 10K data points at 10 Hz High performance standalone Windows 11 PC for processing raw DIC data.� Minimum of Intel i7 processor, 8 TB HDD, and 64 GB RAM. Camera interface requirements High speed Features Process up to 500K fps at 4MP with various high speed camera models. Strain range 0.005% to 2000% In-plane resolution 1/100,000 of FOV Analog data recording, 8 channels at 1MS/s Bias elimination by direct out-of-plane displacement measurement Ultra high speed Features Process up to 5M fps at 400X250 pixels and be fully compatible with Shimadzu HPV cameras, including integrated control features accessible from within the DIC software package. Create animations for data presentation within the software suite Process data at up to 500K Hz. Strain range 0.005% to 2000% In-plane resolution 1/50,000 of FOV Analog data recording - 4 channels at 10MS/s Calibration requirements Software shall include variable ray origin calibration that corrects for changes in the refractive index between the camera pair and the speckle pattern to reduce bias due to protective lenses or mirror setups.� Ability to take single image sequences for calibration and series of images for testing at one time. Speckle image calibration to reduce test bias. Position recalculation following a setup disturbance, which does not require recalibration. Correction algorithm for complex distortion when using high magnification lenses. Ability to save calibration files for future setups or portions of future setups. (vi) The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Natick Division requires the above 3D digital image correlation system. This combined synopsis/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. (vii) Delivery is required as soon as possible - offerors should provide their best and/or earliest available delivery date to The US Army CCDC Soldier Center, General Greene Ave, Natick MA 01760.� Delivery Inspection and Acceptance by the Government at FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition and is incorporated by reference into this RFQ. (ix) Proposals will be evaluated IAW FAR 15.101-1 Tradeoff Process. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of product and accessories offered to meet Government requirements: 1. Please see the above list of Specific requirements. (ii) Price: Items shall be priced with quantities and unit prices. A total price shall be included that details all items being purchased - including any shipping/delivery. The Government intends to award a contract without discussions with the offerors, but reserves the right to conduct discussions if it is determined to be in the best interest of the Government. (x) A completed copy of the provision at 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services shall be submitted with the offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Products and Commercial Services, applies to this acquisition and is incorporated by reference into this RFQ.� The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, Post-Award Small Business Program Representation (MAR 2023) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2022) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (xiii) The following additional FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7, System for Award Management (OCT 2018) 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17, Ownership or Control of Offeror (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-20, Predecessor of Offeror (AUG 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26, Covered Telecommunications Equipment or Services�Representation (OCT 2020) 52.222-22, Previous Contracts And Compliance Reports (FEB 1999) 52.222-25, Affirmative Action Compliance (APR 1984) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals � Representation (DEC 2016) 52.232-8, Discounts For Prompt Payment (FEB 2002) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.247-34, F.O.B. Destination (NOV 1991) 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-2, Clauses Incorporated By Reference (FEB 1998) 52.252-5, Authorized Deviations in Provisions (NOV 2020) 52.252-6, Authorized Deviations in Clauses (NOV 2020) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7003, Control Of Government Personnel Work Product (APR 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (MAY 2021) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7024 Notice on the Use of the Supplier Performance Risk System (MAR 2023) 252.211-7003, Item Unique Identification and Valuation (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7000 Buy American�Balance of Payments Program Certificate (FEB 2024) 252.225-7001 Buy American and Balance of Payments Program (FEB 2024) 252.225-7002, Qualifying Country Sources As Subcontractors (MAR 2022) 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018) 252.225-7012, Preference For Certain Domestic Commodities (APR 2022) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (JUN 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023) 252.225-7972 (Dev), Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) (MAY 2020) 252.225-7973 (Dev), Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems - Representation (DEVIATION 2020-O0015) (MAY 2020) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7001, Pricing Of Contract Modifications (DEC 1991) 252.244-7000, Subcontracts for Commercial Products or Commercial Services (NOV 2023) 252.246-7008, Sources of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea (JAN 2023) This contract incorporates one or more clauses by reference, the full text of a clause may be accessed electronically at: https://www.acquisition.gov/browse/index/far or https://www.acquisition.gov/dfars. (xiv) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. (xv) Quotations shall be submitted electronically to Alexander Ponusky via email at alexander.m.ponusky.civ@army.mil. All quotations are due 30 August 2024 by 1400hrs EST.� Quotations will only be accepted electronically via the email addresses provided above. All questions related to this RFQ shall be submitted in writing not later than 16 August 2024 by 1400hrs EST to Alexander Ponusky at alexander.m.ponusky.civ@army.mil. (xvi) For information regarding this combined synopsis/solicitation, please contact: Alexander Ponusky, Contract Specialist. Email:� alexander.m.ponusky.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/75e6341fecc44e3396fc0ddf2add49fc/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN07151353-F 20240802/240731230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |