|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 67 -- DIGITAL CCD CAMERA SYSTEM SOL 1-130-DAE.126 DUE 091498 POC
Timothy P. Stubbs, Contract Specialist, Phone (757)-864-2460, Fax (757)
864-8863, Email T.P.STUBBS@larc.nasa.gov -- Joan Y. Crepps, Contracting
Officer, Phone (757)-864-2521, Fax (757) 864-8863, Email
J.Y.CREPPS@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-130-DAE.126. E-MAIL: Timothy
P. Stubbs, T.P.STUBBS@larc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items 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 procurement is being conducted
under the Simplified Acquisition Procedures (SAP). Digital CCD Camera
system, Quantity 1ea., Shall conform to the following specifications:
(a) Scientific Grade (no window on CCD), Thompson TH7896M CCD image
sensor, multi pinned-phase (MPF) operation. (b) 1024X1024 imaging
pixels plus 18/18 serial pre/post scan pixels, 2/2 parallel pre/post
scan rows, 19X19 micron pixels, 100% fill factor, 19.5X19.5 mm imaging
area, optically centered. (c) Grade 1R: less than or equal to 25/5
point defects, less than or equal to 3/1 cluster defects, 0 column
defects. (d) Linear full well capacity 375,000 e for single pixel
(typical). (e) Dark current 1e/p/s with liquid circulation (-40 deg C
typical). (f) Camera head with F-mount lense attachment. (g) Readout
bits/speed 14-bit @ 200 kHz (fixed). (h) Readout noise 14 e rms. (i)
Frame readout 5.5 seconds. (j) Serial discard rate 0.8 microsec/pixel.
(k) Parallel shift rate180 microsec/row. (l) User gains 1x, 4x,
software selectable. (m) Non-linearity less than or equal to 0.5
percent. (n) Liquid circulation unit. (o) Electronics control unit. (p)
SGI interface including HCK for SGI and AIA/SCSI converter with 8MP
buffer. (q) Image processing software for SGI (UNIX) operating system.
( r) F-Mount with 1.37in (35mm) shutter. The provisions and clauses in
the RFQ are those in effect through FAC 97-06. This procurement is a
total small business set-aside. See Note 1. The SIC code and the small
business size standard for this procurement are 3829 and 500,
respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the agency.
Delivery to NASA Langley Research Center, Hampton, VA is required
within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating
for this procurement is DO-C9. Quotations for the items(s) described
above shall be mailed or faxed to the NASA LaRC bid distribution
office, NASA Langley Research Center, Mail Stop 144, ATTN: Bid
Depository, Hampton, VA, 23681, FAX (757) 864-7898 by the date/time
specified below and include, solicitation number, FOB destination to
this Center, proposed delivery schedule, discount/payment terms,
warranty duration (if applicable), taxpayer identification number
(TIN), identification of any special commercial terms, and be signed by
an authorized company representative. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. Please note thatpayments are to be made by electronic funds
transfer, accordingly, you must provide the mandatory information for
electronic funds transfer with your representations and certifications.
Failure to provide this information may delay or prevent the receipt of
payments through the Automated Clearinghouse Payment System. If the end
product(s) quoted is other than domestic end product(s) as defined in
the clause entitled "Buy American Act -- Supplies," the quoter shall so
state and shall list the country of origin. The Representations and
Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR
52.212-4 is applicable. FAR 52.212-5 is applicable. Quotations are due
by 4:00pm Eastern time, September 4, 1998, to the address specified
above and to the attention of the Bid Depository. Selection and award
will be made to the lowest priced, technically acceptable quoter.
Technical acceptability will be determined by information submitted by
the quoter providing a description in sufficient detail to show that
the product quoted meets the Government's requirement. Quoters must
provide copies of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. An ombudsman has
been appointed -- See Internet Note "B". It is the quoter's
responsibility to monitor this site for the release of amendments (if
any). Potential quoters will be responsible for downloading their own
copy of this combination synopsis/solicitation and amendments (if any).
Any referenced notes can be viewed at the following URL:
http://cbdnet.access.gpo.gov/num-note.html and
http://genesis.gsfc.nasa.gov/nasanote.html. Posted 08/19/98
(D-SN239210). (0231) Loren Data Corp. http://www.ld.com (SYN# 0385 19980821\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|