MODIFICATION
66 -- Mid-Wave Infrared (MWIR) Camera
- Notice Date
- 2/13/2025 1:38:16 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E525Q0008
- Response Due
- 2/24/2025 10:00:00 AM
- Archive Date
- 03/11/2025
- Point of Contact
- Latosha Rodgers, Phone: 2173733450
- E-Mail Address
-
latosha.n.rodgers@usace.army.mil
(latosha.n.rodgers@usace.army.mil)
- Description
- This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number W913E525Q0008 is being issued as a Request for Quotation (RFQ). The associated North American Industry Classification System (NAICS) code is 334516 � Analytical Laboratory Instrument Manufacturing was determined to best represent this requirement. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, NH requires a broadband mid-wave infrared (MWIR) imaging camera. This camera will support sub-surface thermal anomaly and contrasting environmental phenomenology studies in extreme environmental conditions with lack of radiance and/or high thermal resonance. Specifications: The requirement includes all items described in the Description of Requirement (DOR) resulting in one (1) Broadband Mid-Wave Infrared (MWIR) imaging camera and shall fulfill the following specifications: The camera shall be a broadband mid-wave infrared (MWIR) imaging package with an IP rating of 54 or greater. The camera shall be capable of operating in minimum operating temperatures of between negative 20 and +40 degrees Celsius. This camera package will be used to conduct low-frequency, static data collections from a 10 to 15 foot tower, off-nadir, with an optical length of 10 to 30 feet, in extreme environmental conditions; therefore, the camera shall include an internal shutter with non-uniformity correction and autofocusing capabilities. Additionally, the camera shall fulfill the following minimum specifications: Spectral Band: 3.0 to 5.0 micrometers or broader Pixelation: 1200 x 1000 pixels or greater Field-of-View: 35 degrees or greater Calibration: -20 to +40 degree Celsius or broader Supporting Hardware: The camera shall include all components required for immediate deployment of the camera, such as cabling and any other miscellaneous hardware (e.g., frame grabber). Software: All software required for operation of the camera shall be provided. A software-development-kit (SDK), if available, should be provided with the package. Warranty: To be considered, an equipment warranty is required and bids shall include documentation explaining: (a) the Vendor�s equipment warranty and (b) policies for Vendor provision of support to address camera problems or malfunctions under that warranty. Operations Manual: all operations manuals and other materials shall be provided electronically to CRREL Delivery Timeline: We request that all bids include an estimated delivery time (number of days to ship the item after receipt of purchase order). Please reference the attached Request for Quote (RFQ) W913E525Q0008 for instructions and applicable provisions and clauses. The following factors shall be used to evaluate offers: 1.) Technical capability to fulfill Government�s requirement in its entirety to provide one (1) Broadband mid-wave infrared camera system meeting all technical aspects listed in Section C, Description of Requirement (DOR). 2.) Proposed delivery schedule (lead time). 3.) Total quoted price to fulfill the Government�s requirement in its entirety to include all shipping costs. Award will be made to the responsible offeror whose quote represents the Lowest Price Technically Acceptable (LPTA) offer. FOB Destination: CRREL Hanover, NH 03755 Payment Terms: Net 30 Please provide responses to this notice, no later than Monday, 24 February 2025, 12:00 PM, Central Standard Time (CST) to: Latosha.N.Rodgers@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1089708e797b4cbc9b50c5320b75ef2d/view)
- Place of Performance
- Address: Hanover, NH 03755, USA
- Zip Code: 03755
- Country: USA
- Zip Code: 03755
- Record
- SN07341750-F 20250215/250213230030 (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 |