Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

67 -- Laboratory Camera Head with High-Speed Data Acquisition System

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-02-Q-0478
 
Response Due
6/11/2002
 
Archive Date
6/26/2002
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-07.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) Phoenix InSb 320 x 256 MWIR Laboratory Camera Head on ISC9705 Readout Integrated Circuit with High-Speed Data Acquisition System (DAS) Electronics or an equivalent model.***This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement.***All interested offerors shall provide a quote for the following line item: Line Item 0001: Quantity one (1) each Phoenix InSb 320 x 256 MWIR Laboratory Camera Head on ISC9705 Readout Integrated Circuit with High-Speed Data Acquisition System (DAS) Electronics or an equivalent model with the following salient characteristics: (1) 320 x 256 indium antimonide sensor; (2) Pour-fill liquid nitrogen dewar for the camera head; (3) Front-end support electronics; (4) Bayonet-mount optical interface; (5) Portable PC based data acquisition and camera control system; (6) 4-output mode at 40 MHz; (7) 14-bit data from camera head; (8) Maximum full window frame rate of 340 Hz; (9) Minimum 1 gigabyte memory; (10) Dynamic windowing; (11) Only "A" grade focal planes are acceptable; (12) Focal plane operability greater than 99.9%; (13) Disk based spatial non-uniformity compensation tables to correct the digital data on a post acquisition basis; (14) Corrected spatial non uniformity greater than 0.1%; (15) Integration time selectable from 6 microseconds to full frame time, with 300 nanosecond resolution; (16) Detector shall have a minimum of 4 gain states; (17) Pseudo real-time analog video on the DAS PC monitor for focusing and aiming purposes; (18) Flexible synchronization modes and external triggering shall include: Genlock and Asynchronous Triggered FPA to synchronize the start of the FPA readout to an external source; (19) Digital data available in both corrected and uncorrected formats simultaneously; (20) Software shall provide a full range of utilities for acquisition, processing, measurement, analysis, and image output to capture, study, manipulate, and store images; (21) Computer and monitor shall be included and (22) A four (4) position cold filter wheel. ***The Contractor shall state the warranty coverage provided for line item 0001.***Delivery shall be FOB Destination and shall be no later than 30 days after receipt of order.***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001.***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance, past experience & price. The Government will evaluate information in accordance with Federal Acquisition Regulation (FAR) 13.106-2-Evaluation of quotations or offers based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Past Experience and 4) Price. Technical capability, past performance & past experience shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with NIST or it's affiliates. Past Experience will be evaluated to determine the degree of the vendors' experience in successfully providing comparable laboratory camera head's with high-speed data acquisition systems.***NIST shall determine the equipment that best meets its' needs. Based on this determination, offerors may be required to perform an equipment demonstration on-site at NIST. If required, the Contracting Officer will contact offerors to schedule a date and time for the demonstration. ***The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (ii) 52.225-3 Alternate II, Buy American Act - North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program-Supplies; (21) 52.225-13 Restriction on Certain Foreign Purchases and (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of the technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) A list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission shall be received by 3:00 p.m. local time on June 11, 2002. Faxed offers will not be accepted.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00084467-W 20020531/020529213115 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.