MODIFICATION
66 -- Electron Multiplication Charge Coupled Device (EMCCD) Camera System
- Notice Date
- 12/30/2004
- Notice Type
- Modification
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
- ZIP Code
- 80305-3328
- Solicitation Number
- NB847-500042DT
- Response Due
- 1/10/2005
- Archive Date
- 1/10/2005
- Point of Contact
- Doris Turner, Purchasing Agent, Phone (303) 497-3872, Fax (303) 497-3163,
- E-Mail Address
-
doris.p.turner@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The following information is intended to provide additional information on evaluation criteria for the EMCCD Camera System as this is a best value procurement. This also specifies the following requirements. An evaluation of 14 business days for the camera system is required. Warranty of one year for parts and labor and 5 years for the vacuum are required. Evaluation criteria will include: 1) technical merit (how the product meets or exceeds the specifications), 2) evaluation period, 3) delivery time and 4) warranty. ***The National Institute of Standards and Technology (NIST) ion trapping group, Boulder CO requires an electron multiplication charge coupled device (EMCCD) camera which uses an e2v CCD97 back illuminated chip (512x512 pixels) as the sensor element. In order to obtain the low light level capability (essentially photon counting on zero background) required for the ion storage group's work, the camera must cool the CCD chip to below -70 degrees C. Because the camera will be used at the ultraviolet (UV) wavelengths of 313 nm and 280 nm, the back illuminated CCD chip must be coated with a UV sensitive phosphor which provides a quantum efficiency of greater than 30 percent at these wavelengths. In addition, the window in front of the CCD chip which provides a hermetic vacuum seal should consist of a single UV grade fused silica window with a UV anti-reflection coating which gives an overall transmission at 313 nm and 280 nm of greater than 96 percent. This coating must maintain a transmission at all other wavelengths (190 nm -900 nm) of greater than 80 percent. In order to minimize spurious background noise during readout, vertical clock speeds faster than 2 microseconds and a CCD chip readout rate of 10 Megapixels/s or faster is required. Comprehensive software control of the camera is required, including the ability to directly spool data to hard drive. The camera must have a built-in mechanical shutter for easy recording of dark background images. The delivery time should be less than 90 days ARO.***Technical merit, as well as price, will be considered in selecting a vendor. Technical questions must be submitted in writing to the Contracting Officer by fax or by email. You may submit your proposal by email, fax, or by mail. Proposal must be received on or before close of business January 10, 2005. Please include delivery date, F.O.B. point, business size, and Dun and Bradstreet Number. Vendors must also be registered with the Central Contractor Registry (CCR) at www.ccr.gov ***This is a small business set aside. The NAICS code is 334516 and the small business size standard is 500 employees.***The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items - The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-Supplies.****Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far. Agency level protest procedures can be accessed at http://www.doc.gov/oam/conops/#reference.***Anticipated award date is January 13, 2005. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/MASC/NB847-500042DT/listing.html)
- Place of Performance
- Address: 325 Broadway Boulder, CO
- Zip Code: 80305
- Country: USA
- Zip Code: 80305
- Record
- SN00728413-F 20050101/041230213430 (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 |