Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
SOLICITATION NOTICE

70 -- 3 CCD COOLED DIGITAL COLOR CAMERA

Notice Date
8/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03C4K002
 
Response Due
8/26/2003
 
Archive Date
8/11/2004
 
Point of Contact
Daniel Rodriguez, Contract Specialist, Phone (216) 433-2778, Fax (216) 433-5489, Email Daniel.Rodriguez-1@nasa.gov
 
E-Mail Address
Email your questions to Daniel Rodriguez
(Daniel.Rodriguez-1@nasa.gov)
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for Quantity One (1) of a 3 CCD Cooled Digital Color Camera with the minimum following specifications: The color camera shall provide full 36 bit color images (12 bit each for the red, green and blue CCD) in a single exposure with independent exposure times for each red, green and blue CCD. The CCD shall be a shutterless interline transfer type for each channel. The CCD shall be thermoelectrically cooled to 0?C or lower to reduce noise. Each CCD shall contain a minimum of 1300 horizontal by 1024 vertical pixels and be square in size. Pixel clock rate shall be at least 16MHz per pixel with a readout noise of a maximum of 13 electrons rms for a full frame rate of a minimum of 9 frames per second. CCD shall have a minimum full well capacity of 18,000 electrons. Dark current shall be a maximum of 0.5 electrons/pixel/second for each CCD. Independent exposure times of each CCD shall have a minimum range of 128?sec to 10 seconds. Camera shall be capable of pixel binning and subarray exposures. Full remote control of all camera functions shall be under computer control with the capability of external triggering. Camera head shall have a 2/3 inch bayonet lens mount Ambient operating temperature shall be a range of 0 to 40?C. System shall be supplied with all necessary cables and electronics to interface to a government supplied personal computer. Camera specific software drivers shall be included. The camera system shall operate on 60Hz 120 Volt power. Quantity One of an Installation Manual Quantity One of an Operation Manual (End of Specifications) The provisions and clauses in the RFQ are those in effect through FAC 01-14. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334119 and 1000 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center is required: within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30 EDT, Tuesday, August 26th, 2003 to NASA Glenn Research Center; Attn: Daniel Rodriguez- Contract Specialist MS: 500-305; 21000 Brookpark Rd.; Cleveland, OH; 44135 and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Daniel Rodriguez no later than Friday, August 22nd, 2003. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#107018)
 
Record
SN00397900-W 20030813/030811214039 (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.