Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOLICITATION NOTICE

67 -- LONG WAVE LENGHT INFRARED HIGH SPEED CAMERA SYSTEM

Notice Date
9/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-0034118
 
Point of Contact
Sharon Starkey, Contracting Officer, Phone 202-324-0564, Fax 202-324-0570,
 
E-Mail Address
clcu@fbi.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) #0034118, the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) #01-08. This solicitation is under the Simplified Acquisition Procedures (SAP) and is unrestricted. The North America Industry Classification System (NAICS) Code is 421410 and the Business Size Standard is 100 employees. This solicitation will result in a Firm-Fixed Price Contract. This requirement is being conducted as a Brand Name or Equal. The Brand Name is Rockwell Scientific - Long Wave Length Infrared(LWIR) High Speed Camera, Model TCM1150; Quantity of One (1). All or None. The listed components for the camera system are required to be purchased through one vendor and built as a unit, because the detector must integrated and tested for proper operation. Statement of work: * Construct the components cited to provide a working infrared camera with the following listed specifications or better. * Provide training to at least two FBI Laboratory scientists on the operation of the camera and software code. * At least one year warranty for parts and labor. * Delivery five (5) months after receipt of order (ARO) to Quantico, Virginia-Offeror to indicate FOB Destination or FOB Origin w/esitmated shipping charges. Specifications: Multichannel Focal Plane Array Detector - ≥16000 pixels ≥98% operable ≥25 output channels for readout of array signal Mercury Cadmium Telluride (HgCdTe) array operated at liquid nitrogen temperatures and sensitive at in the 2-11 μm wavelength spectral region Anti-reflective Ge window coated in the 2-11 μm region Dewar - Able to hold liquid nitrogen cryogen for ≥12 hours Diameter ≤4 inches Sealed, re-pumpable to reduce air pressure with a standard vacuum pump Size- must not exceed a height of 4 X 8 X 12 inches. Power supply Camera Controller and Image Processor Hardware: Frame rate ≥15 KHz at full window size Frame acquisition must be triggered by a 1 μs TTL pulse or through software at the frame rate of the detector Pulse output to the camera head Capable of co-adding ≥400 frames at a time >12 bits dynamic range Digitization of the signal must be carried out with greater than 16 bit capacity Pentium IV Processor with Windows 2000 House the image grabber boards > 2 GB RAM to allow at least 45000 frames to be acquired. > 120 GB UATA100 7200 RPM Hard drive or better. CD-ROM: DVD-RAM/DVD-R Drive and 40x/12x/48x Recordable ReWrite CDRW 18"Flat Panel Display Analog/Digital Video: 128 MB NVIDIA (trademark)or equivalent A high-end inkjet printer like Hewlett-Packard or equivalent with a 12 foot printer cable. Software: Level 4 or higher language capable of being modified by the users. Software must be accompanied by appropriate licences and modules to conduct non-uniformity correction. Unless clearly marked the vendor is quoting on an equal, the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposed to furnish an equal product, the brand name of the product to be offered shall be included in the quotation. The evaluation of the quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available. To ensure sufficient information is available, the Offeror must furnish as a part of the quotation- all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the Government to determine whether the "equal" product meets the salient characteristics of the requirement. If the Offeror proposed to modify a product so as to make it conform to the requirement, then proposed modifications shall clearly be marked with descriptive materials to show modifications. The government reserves the right to request product samples which can be tested for compatibility and provided at no additional cost. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: (Note: full text of all Clauses and Provisions can be accessed via the Internet using the following website: http://www.acqnet.gov)--FAR Provision at 52.212-1 Instructions to Offerors - Commercial Items (OCT 2000); FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2002); and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2002). FAR 52.211-6 Brand Name or Equal (AUG.1999); FAR provision 52.212-2 Evaluation-Commercial Items (JAN 1999). Evaluation criteria from this solicitation will consist of technical capability of the offered items to meet the agency requirements, past performance and price. Technical capability and past performance when combined are significantly more important than price. To evaluate past performance, offerors shall provide point of contact-names, addresses and telephone numbers of three (3) customers, either Government or commercial, that have received the same product during the past three (3) years or less. Each offeror shall include a completed copy of the FAR Provisions at 52.212-3, Offeror Representations and Certifications (JULY 2002) with its offer. Offerors are encourage to use the Standard Form (SF) 1449-Solicitation/Contract/Order for Commercial Items -- found on Internet at http://www/gsa/gov/forms. In accordance to FAR 52.225-5 Facsimile Proposals (OCT 1997), OFFERORS ARE REQUIRED TO SUBMIT THEIR QUOTE 0034118 BY FACSIMILE TO SHARON K. STARKEY AT 202-324-0570. All Offerors' quotes shall state a Point of Contact, address, telephone number, fax number and the solicitation number RFQ #0033767. Also, all questions and information regarding this solicitation should be directed to Ms. Starkey by telephone (202-324-0564) or facsimile (202-324-0570).
 
Place of Performance
Address: QUANTICO, VA
Zip Code: 22135
 
Record
SN00171051-W 20020921/020919213328 (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.