Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2004 FBO #0881
SOLICITATION NOTICE

66 -- Stereoscopic Particle Image Velocimetry System

Notice Date
4/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
SB1341-04-Q-0474
 
Response Due
5/7/2004
 
Archive Date
5/22/2004
 
Point of Contact
Erin Schwam, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
Erin.Hawley@nist.gov, Patrick.Staines@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.SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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 2001-20. ****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) Stereoscopic Particle Image Velocimetry System to be used by NIST?s Fire Research Division to measure fire induced flow velocity in large-scale fire experiments. The system must be capable of accurately measuring flow velocity over spatial regions up to 1 m x 1 m. The system must be composed of fully integrated and commercially available equipment, fully controlled from a computer system, and it must be portable for use in field and industrial settings. All interested parties shall provide a quote for the following line items, which shall work as a system: ****LINE ITEM 0001: Quantity one (1) each Stereoscopic Particle Image Velocimetry System with the following required elements and specifications: **The system shall be capable of measuring air velocity in three (3) spatial dimensions simultaneously by applying the technique of Particle Image Velocimetry with two digital cameras in a stereo configuration; **The system must be complete with a laser light source, laser sheet forming, sheet thickness adjusting optics; CCD cameras, camera lenses, camera narrow band filters, camera mounts; calibration targets and target traverse; image frame grabbers, timing and synchronization units, system computer and system software. The system must be compact with no single component weighing more than 57 kg (125 lb) and must be portable for operation in an industrial type environment; **The system must be capable of imaging a 1 m x 1 m region and, using the 1 m x 1 m target, and then perform a stereoscopic calibration for that region; **The system must be capable of measuring particle displacements on the order of 1 mm ? 10 mm for a 1 m x 1 m field of view with a standard uncertainty not to exceed plus or minus 1 percent; **The system must measure the gas velocity through an opening of size 1 m x 1 m and agree with independent measurements using pitot probes to within plus or minus 5 percent; **System delivery and installation shall occur not later than six (6) weeks after Receipt of Order. ****LINE ITEM 0002: Quantity one (1) each Laser with the following required elements and specifications: **The laser must be a dual cavity, pulsed Nd:YAG laser delivering two (2) distinct laser pulses separated in time as desired by the user; **The output wavelength of both laser pulses must be 532 nm; **The energy per pulse for each pulse must be 200 mJ per pulse or greater when measured at 532 nm; **The duration of each pulse shall be 15 nanoseconds or less; **The laser pulse repetition rate shall be between 0 to 30 Hz; **The separation of the two laser pulses shall be adjustable at the software dialogue windows and have a minimum separation width of at least 5 microseconds; **The number of required warm-up, flash lamp pulses between flash lamp initiation and laser Q-switching shall be less than 100 pulses; **The laser head and optics shall be sealed to protect from dust and moisture and a nitrogen purge port shall be required; **The laser head assembly, including dichroic optics and beam combining optics, shall be contained within a combined footprint of 24 inches x 12 inches (610 mm x 305 mm) or less; **The laser sheet forming optics and laser sheet thickness adjuster shall be modular with the capability to be easily connected and disconnected by the user; **The laser head assembly shall be capable of mounting and operating in any orientation; **The laser power supply shall weigh 57 kg (125 lb) or less; **The laser must require a supply power of 110 ? 120 VAC at 60 Hz; ** The internal cooling of the laser head must be by a self-contained water flow and cooling of the power supply must be by ambient air; ****LINE ITEM 0003: Quantity two (2) each CCD Cameras and accessories for Stereoscopic PIV with the following required elements and specifications: **Two (2) CCD cameras for stereoscopic PIV shall be provided; **The cameras must be double-framed CCD cameras for cross-correlation analysis of images; **The CCD chip dimensions shall be not less than 2000 pixels x 2000 pixels; **The CCD chip shall have a quantum efficiency of not less than 50 percent at 532 nm wavelength; **The frame rate of the cameras shall be at least 2 double frames per second or higher; **The digital output of the cameras shall be 10-12 bits; **The cameras shall have an anti-blooming feature to prevent saturated pixels from spilling onto neighboring pixels; **The CCD chip, and its associated electronics, shall be hermetically sealed to protect from dust and moisture; **The camera mounts shall rotate at least 180 degrees or greater and allow for Scheimpflug fine adjustment of the camera lens and CCD chip; **The camera lens shall have a focal length of 20 mm and a maximum aperture at f number setting of 2.8; **Mounts to mate the cameras and lenses shall be provided; **532 nm narrow band pass filters shall be provided to filter ambient light for both cameras; ** Mounts to mate the lenses and filters shall be provided; **The calibration target must be 1m x 1m; it shall be two-sided and mountable by screws to the target traverse; **The gauge for reading the position of the target traverse shall have a resolution of 0.05 mm. ****LINE ITEM 0004: Quantity one (1) each system computer the following required elements and specifications: **A system computer shall be provided with a 3 GHz or greater processor, 1 Gbyte or greater of RAM, a 120 Gbyte or greater hard disk, a RW-CD ROM drive, a 17 inch flat-screen monitor, and a Microsoft XP Professional operating system; **The system computer must be capable of providing control and acquisition while being physically located up to 100 feet away from the laser, cameras, and experiment; **At least four (4) analog input channels, two (2) input trigger channels and two (2) Transistor Transistor Logic (TTL) output channels shall be available for auxiliary acquisition and control; **The system shall be capable of supporting four (4) double-framed CCD cameras at once; **Software for control of all hardware and timing, image and signal acquisition, and vector processing shall be provided and shall be integrated as a single software application; **The system will be used by NIST to measure uncontrolled and dynamic processes; therefore, the system must provide real time output of velocity vectors and vector validation as feedback to the user during measurement acquisitions; **All parameters required to control the hardware components, software processing, and experiment timing shall be entered at software dialogue windows; **Vector status such as validated, invalidated, or substituted shall be traceable and recorded in all vector files; **One additional license of the software shall be provided. ****LINE ITEM 0005: Installation with the following required elements and specifications: ****Installation shall occur at NIST and include, at a minimum, uncrating, set-up and hook up of all equipment; integration of all new equipment; installation and start-up of all new software, turn-key start-up of the system; functional test to ensure all components are working and demonstration of specifications. ****LINE ITEM 0006: Training with the following required elements and specifications: ****The Contractor shall provide training, on-site at NIST, for two (2) NIST personnel. The training, shall be performed concurrently for the two (2) members, cover a complete description of the components and maintenance of the PIV system and, at a minimum, a description of how each component works, a description and demonstration of the new software, with explicit instructions about how each segment of the software works. Training is anticipated to be not less than sixteen (16) hours.**** ****LINE ITEM 0007: Customer Support with the following required elements and specifications: **** Warranty shall be for twelve (12) months and cover all components and software; **The Contractor shall provide Customer support in the form of visits to the customer?s site and telephone and email communications within the warranty period. Minimum acceptable response times are: 1 week within notification of a problem for site visits, 8 hours for telephone and email responses. **Updates and version upgrades of the software shall be provided during the warranty period; ****DELIVERY SHALL BE FOB DESTINATION and shall be completed not later than six weeks from receipt of order. The Contractor shall pack and mark the shipment in conformance with all industry standard procedures and any 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. ****Award shall be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability, and Past Performance, when combined, are significantly 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. Quotes shall clearly identify the maximum performance under those specifications where the Government has identified a preference. In determining best value, the Government will give strongest consideration to: 1) CCD chip dimensions and quantum efficiency, 2) ability to measure particle displacements over the required range and required image region, 3) agreement of measurements with measurements from an independent technique, 4) control of laser and cameras from remotely located computer system, 5) real time output and display of velocity vectors for user feedback. ****Past Performance will be evaluated to determine 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 THREE (3) 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. ****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: 52.204-7, Central Contractor Registration (Oct 2003); (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (7) 52.219-8, Utilization of Small Business Concerns; 52.212-4, Contract Terms and Conditions?Commercial Items; (10)(i) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns with Alternate I; 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) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004); (24) 52.225-13, Restrictions on Certain Foreign Purchases; (25) 52.225-15, Sanctioned European Union Country End Products (FEB 2000)(E.O. 12849); (29) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 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.arnet.gov/far. ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Schwam, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If proposals are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, building, room number, etc.) If 48 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitors center and complete delivery. ****Submission must be received by 3:00 p.m. local time on May 7, 2004. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00571706-W 20040425/040423211818 (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.