Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

66 -- Development Kit

Notice Date
7/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-0826
 
Response Due
7/28/2005
 
Archive Date
8/12/2005
 
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 (FAC) 2005-04.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractor?s may submit a quotation. *** ***This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement.*** *** The National Institute of Standards and Technology is seeking to purchase Four (4) Canesta Vision EP Development Kits or technically equivalent products.*** All interested Contractor?s shall provide a quote for the following line items: Line Item 0001: Quantity One (1) Canesta Vision EP Development Kit Ladar Camera, Model DP205 or equivalent product meeting the following required specifications: (1) Array size: 64 x 64 depth pixels; (2) depth res. & max range: up to 30 full frames/second; (3) Class 1 eye-safe infrared (IR) laser array; (4) IR filter for rejection of daylight interference; (5) Factory calibrated for accurate abs.e range; (6) 12.5cm x 6cm x 6.3cm; (7) A C-level SDK with API; (8) EP Toolkit program and source code; (8) Demo programs and (9) 55 degree FOV. Line Item 0002: Quantity One (1) Canesta Vision EP Development Kit Ladar Camera, Model DP208 or equivalent product meeting the following required specifications: (1) Array size: 64 x 64 depth pixels; (2) depth res. & max range: up to 30 full frames/second; (3) Class 1 eye-safe infrared (IR) laser array; (4) IR filter for rejection of daylight interference; (5) Factory calibrated for accurate abs.e range; (6) 12.5cm x 6cm x 6.3cm; (7) A C-level SDK with API; (8) EP Toolkit program and source code; (8) Demo programs and (9) 80 degree FOV. Line Item 0003: Quantity Two (2) Canesta Vision EP Development Kit Ladar Camera, Model DP203 or equivalent product meeting the following required specifications: (1) Array size: 64 x 64 depth pixels; (2) depth res. & max range: up to 30 full frames/second; (3) Class 1 eye-safe infrared (IR) laser array; (4) IR filter for rejection of daylight interference; (5) Factory calibrated for accurate abs.e range; (6) 12.5cm x 6cm x 6.3cm; (7) A C-level SDK with API; (8) EP Toolkit program and source code; (8) Demo programs and (9) 30 degree FOV. All Models listed above shall include: (1) development system hardware with selected FOV (generic #1, #2 and #3 lens); (2) software; (3) documentation and guides for developing applications; (4) sample applications, including source codes and (5) at least 90 days of technical support in installing, configuring, and using the sensor. Software Specifications: A C-level software development kit with API shall be provided and be capable of the following: (1) Start/stop of video stream; (2) Access to depth, brightness separately; (3) Adjusting frame rate; (4) Setting shutter time; (5) Setting digital gain; (6) Setting light source power; (7) Setting modulation frequency; (8) Setting Window of Interest (WOI) and Region of Interest (ROI); (9) Setting ambient light rejection level; (10) Support for single- and multi-shutter modes; ( program and source code to visualize the depth and brightness images and change system operating properties; (11) include programs for: Object tracking, Object detection and Paint application which allows the user to use their hand to ?paint? on a canvas in 3D space. Hardware Specifications: (1) Real time 3D and brightness video stream output at API level (up to 30 full frames/second); (2) Built in IR laser array for active illumination and (3) Built-in IR filter and CMR technology for rejection of daylight interference. *** The Contractor shall state the warranty coverage provided for the instrumentation. The Government requires at least a 90 day warranty.*** ****Delivery shall be provided no later than 6 weeks after receipt of an order and shall be FOB Destination. FOB Destination means: 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 any 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered product(s) meet the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name. *** Award shall be made to the quoter whose quote offers the best value to the Government. Technical Capability and Price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirements," 2) Price. Technical capability and Price shall be considered of equal importance. Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications and clearly documents that the product offered meets the specifications identified herein. *** The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 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: (14) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.225-1 Buy American Act ? Supplies; (26) 52.225-13 Restriction on Certain Foreign Purchases and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty and 4) Two (2) copies of the most recent published price list(s). All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received by 3:00 p.m. local time on July 28, 2005. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. ***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Md.
Zip Code: 20899
Country: USA
 
Record
SN00848116-W 20050717/050715211837 (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.