SOLICITATION NOTICE
67 -- VISIBLE TO NIR SPECTROGRAPH CAMERA
- Notice Date
- 1/17/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA06141338Q-AMD
- Response Due
- 1/31/2006
- Archive Date
- 1/17/2007
- 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 by NASA Ames Research Center as a Request for Quotations (RFQ) for one (1) visible to near-infrared camera for spectrographic measurements of shock tube radiation. The visible to near-infrared (Vis-NIR) camera shall have the following specifications: A.) The Vis-NIR camera must have a minimum focal plane array (FPA) resolution of 320 x 256 pixels with 30 micron pixel size. Camera systems with lower resolution are unacceptable. Due to object dimensions, spatial resolution, and distance to object requirements, an array format of no less than 320 x 256 with a 30 micron pixel pitch is required. Arrays with less resolution will limit our ability to capture full spatial and spectral coverage from our spectrograph. B.) The Vis-NIR camera system must have on-chip gain select for selectable low gain and high gain states. This will allow the operator to fine tune the FPA gain state and sensitivity. Vis-NIR responsivity must provide a difference factor of 21. C.) The Vis-NIR camera system must include an extended integration time range. The user defined integration time must be selectable from 1 microsecond to Full Frame seconds in increments of 1 microsecond or less. This variable integration is required to fulfill the needs of this application. Vis-NIR camera systems with fixed or preset integration times are unacceptable. D.) Integrated image acquisition and camera control software - The Vis-NIR camera must be compatible with the FLIR Systems' Phoenix Real Time Image Electronics (RTIE) controller system. The vendor must supply software and hardware in the form of a LabVIEW virtual instrument drivers, a digital interface cable, and an image acquisition board. The virtual instrument drivers must permit bi-directional remote serial camera control, including integration time setting, invert/revert, gain state, and other sensor parameters. The system must allow the user to acquire and display 14-bit digital image data, change camera settings, calibrate the camera, and analyze the acquired data. Minimum detector head and controller performance requirements are as follows: (1.) Detector: Special Indium Gallium Arsenide (VisGaAs); (2.) Array Format: 320 (H) x 256 (V); (3.) Pixel Size: 30 x 30 microns; (4.) Spectral Response: 400 to 1700 nanometers; (5.) Thermal Stabilization: <0 deg.C Thermoelectric; (6.) Window Material: BK-7 Optical Glass; (7.) Digital Data: Real-time, 14-bit, Parallel; (8.) Frame Rate: 120 Hz @ 320x256; (9.) Integration Type: Snapshot Mode; (10.) Integration Time Range: 500 nsec to Full Frame; (11.) Sensitivity NEI: 3x10-10 W/cm2 Low Gain; 1.5x10-7 W/cm2 High Gain; (12.) Damage Threshold: >1 W/cm2; (13.) Time to Initial Image:30 sec @ 25 deg C ambient. Offerors shall address each of the items above and detail how their proposed system meets the listed specifications. Items may be separately priced, however a total system price must be indicated. The following forms and/or online submissions must be completed by the offeror: (1) 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. Offerors may also enter their representations at the Online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/. (2) Offerors must be currently registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov . (3) Offerors must submit a completed ACH form with their quotation, with their company's banking information for the electronic funds transfer (EFT) of any future invoice payment. An ACH form is available at: http://www.fms.treas.gov/pdf/3881.pdf . (4) All successful offerors must file a 2005 VETS-100 Report with the US Department of Labor, http://vets100.cudenver.edu/ . The NAICS Code and the small business size standard for this procurement are 333314 and 500 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 Ames Research Center is required within 90 days After Receipt of Offer (ARO). Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail or fax) to the contract specialist, Marianne Shelley not later than January 23, 2006. Telephone questions will not be accepted. Offers for the items(s) described above are due by 11:00 AM Pacific Time, January 31, 2006 to the contract specialist, Marianne Shelley, by any of the following: Mailed to NASA Ames Research Center, M/S 227-4, Building 227, room 119, Moffett Field, CA 94035-1000, Attn: Marianne Shelley, or Faxed to: 650-604-0270, or Emailed to: Marianne.Shelley@nasa.gov. The quotation must include a list of customers who have purchased identical or similar systems (with complete customer contact information). The quotation must also include: solicitation number (NNA06141338Q-AMD), FOB destination to this Center, (or applicable estimated shipping costs to Moffett Field, CA 94035-1000), proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. The DPAS rating for this procurement is DO-C9. 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. The Federal Acquisition Regulations (FAR) may be obtained via the Internet at URL: http://www.arnet.gov/far/ . The NASA FAR (NFS) may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm . The provisions and clauses in the RFQ are those in effect through FAC 2005-08. Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650)604-5068); NFS 1852.223-72, Safety and Health (Short Form) (April 2002; NFS 1852.237-73, Release of Sensitive Information (June 2005). 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, delivery time, past performance, and price. Other critical requirements: Maintenance, warranty, training, and on-site support shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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=D&pin=21 . 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=21#118644)
- Record
- SN00967740-W 20060119/060117221007 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |