Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2005 FBO #1362
SOLICITATION NOTICE

66 -- LADAR Instrument

Notice Date
8/17/2005
 
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-0947
 
Response Due
8/25/2005
 
Archive Date
9/9/2005
 
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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-05. 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 & Technology (NIST) requires a Laser Detection and Ranging (LADAR) Instrument in support of several on-going Scientific and Technical Research and Services (STRS) and Other Agency (OA) funded projects in the Building Fire and Research Laboratory (BFRL). The LADAR will be used in a shared-access, multi-user, research setting. The instrument will be used for acquiring 3D scene information, proof of concept, and developing software for LADAR data processing. Manufacturers must define the following two (2) terms when submitting their quotations as they apply to their instrument: 1) Range uncertainty (or range accuracy); and 2) Angular scan increment (or angular step size). All interested parties shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Laser Detection and Ranging (LADAR) Instrument meeting all of the following required specifications: 1. RANGE (DISTANCE) MEASUREMENT: (a) Minimum range: less than or equal to 1 m;(b) Maximum range: greater than or equal to 200 m; 2. MEASUREMENT UNCERTAINTY (1 sigma): (a) Range: less than or equal to plus or minus 6.5 mm; 3. INSTRUMENT FIELD-OF-VIEW? WITHOUT DISMOUNTING OF INSTRUMENT: (a) Azimuth: plus or minus 180 degrees; (b) Elevation: plus or minus 30 degrees or more; 4. ANGULAR SCAN INCREMENT, HORIZONTAL AND VERTICAL: Less than or equal to 0.002 degrees; 5. UPDATE RATE: Greater than or equal to 5000 points/s; 6. THE INSTRUMENT MUST BE OPERATIONAL IN THE FOLLOWING ENVIRONMENTAL CONDITIONS: (a) Temperature: 0 degrees C to 40 degrees C (32 degrees F to 104 degrees F) ; (b) Ambient light conditions: Insensitive to ambient light; Operational in sunlight without degradation of measurement uncertainty; 7. INSTRUMENT SHALL INCLUDE SOFTWARE FOR: (a) Control of instrument; (b) Instrument configuration; (c) Display of data in real time; (d) GUI based; (e) Post processing data: (i) Profiles/cross-sections creation; (ii) Contour creation; (iii) Volume and surface calculation; (iv) Feature fitting; (v) Ability to register multiple scans; (vi) Manage database of greater than 100 million points; (vii) Edge detection; (viii) Data editing (e.g., data segmentation, data decimation, data filtering, etc.) 8. PORTABILITY: (a) Instrument weight less than or equal to 15 kg; (b) Can be operated with batteries; (c) Standard survey tripod mountable; 9. INTERNAL DIGITAL CAMERA: (a) The digital image provided must be registered to scanner data; (b) Greater than or equal to 9 megapixel; (c) Real time image capture; (d) Real time video; 10. COMMUNICATION/CONTROL OF SCANNER THROUGH ETHERNET; 11. MANUALS: The Contractor shall provide all manuals necessary to operate and maintain the system; LINE ITEM 0002: TRAINING The Contractor shall schedule and facilitate one (1) training session for 3-4 NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. The training may be completed on-site at NIST immediately after installation and demonstration of specifications. The Contractor shall propose an appropriate timeline for training considering these requirements. Delivery 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 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. Delivery shall be completed in accordance with the Contractor?s commercial schedule. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accord with this solicitation; and (2) Quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated 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: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-1 Buy American Act?Free Trade Agreement?Israeli Trade Act (JAN 2005) with Alternate I (JAN 2004); (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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 Line Item 0001; and (2) Two (2) originals of technical description and/or product literature. All quotes must be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:00 p.m. local time on August 25, 2005. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. THE SUCCESSFUL QUOTER MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. LOG ON TO WWW.CCR.GOV FOR INFORMATION. REFUSAL TO REGISTER SHALL FORFEIT AWARD OF A PURCHASE ORDER.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00872426-W 20050819/050817211728 (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.