SOLICITATION NOTICE
66 -- Thermo-Electrically Cooled CCD Camera and Interface Controller System
- Notice Date
- 8/2/2003
- 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
- SB1341-03-Q-0757
- Response Due
- 8/16/2003
- Archive Date
- 8/31/2003
- Point of Contact
- Erin Hawley, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
- E-Mail Address
-
Erin.Hawley@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 2001-14. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST), has a requirement for one (1) Thermo-Electrically Cooled CCD Camera and Interface Controller System to be used by NIST’s Optical Technology Division to obtain up-converted images of materials and objects being studied and imaged in the far infrared spectral region. The camera must have a large enough format (pixel number), spatial resolution (pixel size) and dynamic range (A/D bits) to accurately measure small changes on a large light level background. It must also have high enough frame rates to allow rapid image acquisition for subtraction and ratioing in near real time. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity one (1) each Thermo-Electrically Cooled CCD Camera and Interface Controller System with the following required elements and specifications: **Self-contained camera head with Silicon CCD array having a minimum of 512 x 512 pixels (or larger) with 24 x 24 micron pitch (or smaller) and greater than 95 percent fill factor. CCD may be front or back illuminated and have 250,000 electron well depth or larger. Usable CCD image format area must be equal to, or greater than, 12 x 12 mm or larger; **Camera shall have an internal Thermoelectric Peltier cooler that can achieve minus 60 degrees Celsius or lower CCD temperature with forced air-cooling. No chilled water required; **Camera head must be permanently sealed under vacuum with no user evacuation needed during the lifetime of the unit; **Camera must include program controlled internal, or accessory, camera shutter to remove light scattering and image smearing during read-out. Camera-style mount for external camera lenses or filters must also be provided; **System must have 16 bit, or greater, analog-to-digital conversion and dynamic range at 2 MHz, or faster, conversion rate to acquire greater than 5 full frames per second with 1:1 pixel binning. Electronic read-out noise of less than 20 electrons at 2 MHz digitization rate with lower read-out noises at slower rates; **Controller for CCD camera head will be programmable for flexible image pixel binning, image windowing and read-out rate for digitization. Controller must be capable of being synchronized to external experimental triggers (TTL voltage levels at 1 KHz repetition rate) and have two or more programmable input and output TTL controllable signals; **Transfer of digitized images will be through standard PCI or USB 2.0 interface ports to connect to a PC. All data transfer and associated cables must be provided; **Pixel-to-pixel sensitivity variation less than 1 percent across entire array; **Software is required to set up camera parameters and run the Controller, via the computer interface, and allow image collection, mathematical manipulation (e.g., image subtraction) of images, etc. Must also provide National Instruments LabVIEW interface or acquisition routines to allow camera control and full data acquisition through user's LabVIEW (version 6.0 or later) programs. Driving software must be compatible with existing software that runs data acquisition routines to permit real-time processing of images for extracting final far-infrared image information. **110 VAC, 60 Hz with less than 15 Amp power requirements for supplied Peltier/TE cooler and other controller/camera functions; **Contractor shall supply all optical and electronics schematics and manuals; ** 1 Year, or longer, parts and service warranty inclusive of labor and travel; ** Delivery time less than 60 Days after receipt of order (ARO). ****DELIVERY SHALL BE FOB DESTINATION and shall be completed not later than sixty (60) days ARO. 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 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated, if the product is determined to be technically acceptable, to evaluate the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Quoters shall provide a list of at least FIVE (5) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable Camera Systems for the types of applications described herein. Information on past experience may be obtained from references. ****The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Clauses: 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: (13) 52.212-3 Convict Labor; (14) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d); (24) 52.225-13, Restrictions on Certain Foreign Purchases; (30) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far. ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Hawley, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ****Submission must be received by 3:00 p.m. local time on August 16, 2003. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-03-Q-0757/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00390867-F 20030804/030802221804 (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 |