COMMERCE BUSINESS DAILY ISSUE OF JUNE 11, 2001 PSA #2869
SOLICITATIONS
66 -- INSTRUMENTS & LABORATORY EQUIPMENT
- Notice Date
- June 7, 2001
- Contracting Office
- National Institute for Occupational Safety and Health, PO Box 6495, Cincinnati, OH 45206
- ZIP Code
- 45206
- Solicitation Number
- RFQ 2001-Q-00120
- Response Due
- July 18, 2001
- Point of Contact
- Cheryl A. Ball, 513-533-8229 or Dwight D. Favors, 513-533-8137
- E-Mail Address
- Centers for Disease Control and Prevention/NIOSH (cab6@cdc.gov)
- Description
- This is a combined synopsis/solicition 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; quotationsis being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotations No. 2001-Q-00120. This procurement is being issued ubrestricted. The standard Industrial Classification is 5049 with a size standard of 100M. The National Institute for Occupational Safety and Health (NIOSH) has a requirement for a state of the art 3-D particle imaging velocimetry (PIV) system to measure flow fields and larger (up to several hundred um diameter) particle tracks in an air wind tunnel (0.01-4m/s) near a manikin. The velocities are relatively low and the intent is to view as large an area as possible-up to 1'x1'. One Y120-15 Gemini Dual Nd:YAG laseres (New Wave), 120mI/pulse@ 532nm) 15Hz pulse rate; one, 610019-GEM laser mounts and alignment kit for lasers, Includes safety goggles, alignment tools, laser mounts, and all necessary cabling; one 6110034 laser pulse computer controlled synchronizer provides TTL signal pulses for laser flashlamplss and Q switches, cameras, and frame grabbers. Accepts external TTL trigger signal for sphase-locked measurements, provides external trigger output; one 610021-GEM laser light sheet optics and mounts for miniYAG lasers (3 sets): Spherical lenses:200,500, and 1000 mm focal lengths; Cylindrical lenses: -12.7, -25, -50mm focal lengths. Lenses can be used in series to tailor light sheet thickness and height; two 600068 high speed camera interface, digital inputs, PCI Bus, able to transfer data at apeak transfer rate of 90mbytes/sec to computer ram; two 630048-8 PIVCAM 40-20 cross/auto correlation digital CCD camera, 2kx2k pixels, 8bit output, 25 frames/sec, laser protected CCD array, 50mm/F1.4 lens (F-mount_; all interface cables; one 640050 stereoscopic PIV assembly for PIVCAM cameras base, brackets, rotating camera mounts with angular indicator, scheimpflug mounts, camera optical rail (4ft length), alignment kit, calibration kit and calibration software; insight stereo Insight parallel processing, PIV image capture and analysis software, includes Hart Correlation Ultra resolution processing algorithm and TecPlot Data isualization software with PIV macros; windows nt/2000 based; one 600052-2dual pentium III 1ghz processors, pc computer, 512mb ram, pci bus, 36gb hard drive, 1.44mb 3.5" floppy drive, cd-rom rad/write, 19"svga monitor, microsoftwindows nt (w/service pack 5), piv system softwqare and frame grabber integration and testing; one 6600 on-site integration, testing and training 2-days; OPTIONAL ITEM (BID SEPARATELY) one 610015 gem laser pulse light arm for new wave Gemini YAG lasers, 1.8 meters, base and alignment kit. Specifications: Nd:YAG (dual laser with 120mI/pulse with power supplies. The lasers shall have an output at 532nm. There will be two power supplies, each with an internal closed loop water cooling system. This dual head laser shall provide a highly stable pulsed light source with pulse rates up to 15Hz. External control of laser power shall be provided either through computer control or by external control panel. Provide the necessary mounting plate(s), optics and laser alignment hardware to make the system complete. (2) Laser optics for forming the PIV light sheet. The laser light sheet optics shall be capable of mounting to the articulating arm or to the laser directly. The optics shall include spherical lenses with focal lengths of 200, 500, and 1000mm, cylindrical lenses with focal lengths of -12.7, -25, and -50mm (or covering an equivalent range of beam widths). Provisions and the neceddary hardware shall be supplied to mount these lenses in series. (3) Two CCD array digital cameras with 2kx2k pixels. Provide two 8 bit cameras that offer a minimum resolution of 2kx2k pixels. The cameras shall have a frame rate of at least 8 frames/sec. Each camera shall utliize a Nikon lens with either C-Mount or F-Mount attachments. The focal length of the lens shall be 50mm/F1.4. The camera shall accept other Nikon lenses purchased by the user. Cables from the cameras shall be at least 4m in length. Provide any and all mounting hardware to make the system complete. The mounting rail for the camera shall be at least 4 feet long. (4) Stereoscopic camera mounting brackets, Scheimpflug mounts and other associated alignments and calibration hardware and software. The mounting brackets (standard commercial hardware designed to support optical components) shall be sized to hold the two camera assemblies. Each camera mount shall have angular indicator with a minimum resolution of 0.1 degrees. The mount shall provide the ability to adjust camera spacing. The assembly shall be rigid when assembled. Provide a Scheimpflug mount for each camera. The mount shall have manual adjustment of angle with position indicator. Provide a large and a small 3-D calibration target for system setup. The target shall be rigid and designed for day-to-day use. Provide all associated alignment hardware to make the system complete and operational. (5) High speed digital camera interface to computer. Provide a high speed digital camera interface to the computer. The interface shall be capable of supporting data rates of the existing specified camera. The boards (for equivalent interface) shall be of the latest design. (6) Dual processor pentium III 1GHz, 512mb ram computer. This computer shall be a dual processor pentium III (orIV), with at least 1ghz processor speed with 512mb ram, two open memory slots for additional ram, 30gb hard drive, 1.44mb floppy, cd rom read/write drive, three open bus slots, rs232 and usb support/ports. 19" svga monitor, minimum 32mb video ram, windows nt (w/service pack5). (7) Computer controlled camera/laser synchronizer. Provide (external to the PC) one camera/laser computer controlled synchronizer/timing interface unit. This interface shall support internal trigger generation for camera/laser control and provide the trigger (TTL level) to other external user specified hardware. In addition, the interface unit shall accept externally generated trigger signals to synchronize the camera/laser system to external events defined by the user. The unit shall support phase jocking and time delay. (8) Image acquisition and processing software. Provide windows nt based image acquisition and processing software package, including TecPlot. The software shall provide the following functionality: Capable of directly measuring all 3 components of the velocity field within gaseous flows containing mean velocities ranging from 0.01,/s to 500m/s; integrated multi-processor support; complete control of hardware settings: laser power, time delay, camera frame rate, etc.; capable of providing relevant statistical quantities such as flucuating velocity components, vorticity, turbulence level, etc.; ability for online processing of vectors to permit rapid optimization of seeding strategies, focusing and setup; integrated calibration rountines for camera image calibration during alignment of Scheimpflug mounts; ability to capture a sequence of 500 images; direct integration with the latest version of the plotting software TecPlot or provide similar plotting and display capabilities as in TecPlot; selection of acquisition mode: continuous, trigged and double exposure; built-in support for remote Scheimpflug angle adjustment; support other high performance camera; built-in support for computer-controlled traverse system from Techno-Isel; image compression to minimize data storage requirements; ability to recall and reprocess past image pairs; capability of accepting user-defined correlation algorithms; access to free downloadable software upgrades for at least 1 year following final acceptance of equipment; automatic error checking schemes for data recovery purposes; support multiple image export and compression formats; support image enhancement and filtering routines; support image manipulation processes (flip, rotate, annotate, etc); rights to install software on additional laboratory resident PC computer systems for post-processing analysis; the aoftware should have the ability to allow user-created macros; TecPlot software for displaying data in various formats; (9) laser beam articulating arm with focusing optics (optional; quote separately) the arm shall be 1.8 meters in length with launching plate sized for the laser above. The arm shall feature sealed bearings, removable mirrors, non-reflective surfaces and allow for internal pressurization. Removal of mirrors for inspection and cleaning shall not affect beam alignment. The mirrors shall be capable of handling the pwoer levels provided by the above laser. Provide a 2-axis manual traverse for laser positioning with attachment to the transmitting optics of the articulated arm. The contractor shall have prior experience in either the packing or manufacture of a 3D PIV system. The contractor shall have at least three customer references which demonstrate the contractor's experience and capabilities in this field, as well as indications of the level of support provided to users. Provide information for contacting previous customers and the equipment locations. The following provisions apply and are incorporated into this solicitation by reference: FAR 52.212-2, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: 52.203-6 "Restrictions on Subcontraftor Sales to the Government, With Alternate I"; 52.203-10 "Price or Fee Adjustment for Illegal or Improper Activity"; 52.219-8 "Utilization of Small Business Concerns and Small Disadvantaged Concerns; 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36 "Affirmative Action for Workers with Disabilities"; 52.222-36 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-13 "Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-18 "European Community Sanctions for End Products"; and 52.232-34 "Payment by Electronic Funds Transfer Other than Central Contractor Registration (31 U.S.C. 3332). Quotes are due by 4:30 P.M. EST, 7/18/01. You may FAX your quotes to the following number; 513-533-8283, Attention Cheryl A. Ball. All responsible sources may submit a written quote which, if received timely, will be considered by the agency. Simplified Acquisition Procedures will be utilized for this purchase.
- Record
- Loren Data Corp. 20010611/66SOL002.HTM (W-158 SN50O2C6)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on June 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|