Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164

NASA/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