Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2006 FBO #1539
SOURCES SOUGHT

A -- PASSIVE MILLIMETER WAVELENGTH IMAGER

Notice Date
2/10/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK06139412L
 
Response Due
2/23/2006
 
Archive Date
2/10/2007
 
Description
NASA/KSC is hereby soliciting information about potential sources for a ?Passive Millimeter Wavelength Imager (PMMWI). The information provided and requested in this document supports a market survey for one (1) NTSC (National Television Systems Committee) video imager that operates in the millimeter wave spectrum. This imager will be mounted in a NASA-provided enclosure that will maintain temperature and humidity. This market survey will determine whether a solicitation is released to industry. The results of this survey will be used to evaluate the feasibility of the submittals and verify if products are available that meet the Government?s needs. Vendors are encouraged to propose existing products which come closest to meeting the salient characteristics listed below. Multiple price options and product submittals are encouraged. A millimeter imager submitted for consideration should include the following salient characteristics or parameters: 1. Weight ? Maximum 800 lbs 2. Dimensions ? Maximum 6'(H) X 4'(W) X 6'(D) 3. Electric Power Compatibility - 120 VAC @ 60Hz (Required) 4. Video Output ? Minimum 10 fps NTSC @ 640 X 480 black/white pixels 5. Operating Frequency ? Range shall exclude 22.2 and 60 GHz frequencies 6. Thermal Sensitivity - TBR K 7. Aperture ? TBR 8. Field Of View - 10.4o X 20.8o 9. Imaging Resolution - 15" objects at 500' +/- 75' 10. Vibration Loads - See Note 1 11. Acoustic Loads - See Note 1 12. Environmental - The imager will be operated in a near ocean environment that dictates the need to maximize use of passivated stainless steel and passivated aluminum components and screws and corrosion resistant connectors. The parts list shall identify corrosion sensitivity of parts by material and coatings. NASA will maintain the temperature and humidity within NASA-provided imager mount/enclosure. The vendor must specify the thermal power dissipation of the imager. 13. Warranty ? identify any commercial or industry standard warranty, including warranty period 14. LRU Parts Lists ? Will be required with any purchased unit. See Note 2 15. LRU O&M Manual ? Will be required with any purchased unit. See - Note 2 16. Training and Acceptance Testing? Will be required with any purchased unit. See Note3 Responses should address each salient characteristic, and include all applicable product specifications with product name and part number. Vendors are encouraged to respond with separate specification sheets and cost sheets for each product they propose. Note (1) - The NASA environment has vibration characteristics of approximately 3.2 g, 200 Hz -10,000 Hz. It has peak sound pressure levels of 141 dBA. NASA will have the responsibility for damping of vibration loads exceeding 1g. NASA will have the responsibility of damping acoustic loads by no more than 6 dB. However, the Vendor shall provide acoustic and vibration information for each proposed product where that data already exists or a rough estimate if these data do not exist. Note (2) ? NASA intends to perform most maintenance and diagnostic/repair with NASA engineers and technicians. Therefore, NASA will require a list of vendor-specified LRUs (Least Replaceable Units) and part numbers to be provided with delivery of the imager. Prices are not required for the LRU Parts List. In order for these technicians to perform maintenance and diagnostic/repair, NASA will require a set of instructions in an Operations and Maintenance Manual (O&M). A maintenance, installation, and operation manual shall be provided with delivery of the imager. Both a hard copy and soft copy of such documentation shall be in industry standard formats (MS Word, Open Office, PDF, or similar format) on CDs or DVDs. The assumed expertise of the user is to be at an experienced microwave engineer level, thereby eliminating lengthy and detailed explanations. Note (3) ? Training and Acceptance testing will be conducted at the vendor?s facility for three to four people. Acceptance testing is defined as a test to verify that the performance of the imager meets the contracted specifications. No solicitation currently exists. If a solicitation is released it will be synopsized in the FedBizOps and on the NASA Acquisition Internet Service. It is the potential Offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Interested Offerors having the required specialized capabilities to meet the above salient characteristics should submit a capability statement indicating the ability to perform all aspects of the effort described herein. At the present time, NASA envisions the award of a firm-fixed priced contract for any procurement resulting from this notice. The data submitted should include a cost estimate for each product offered for consideration. Offerors may submit other appropriate documentation, literature, brochures, and references if desired. Interested Offerors may also submit any CDs and/or Videos which may demonstrate the capabilities of their product(s). Both technical and procurement related questions should be directed to: Tina M. Landes, Contract Specialist, at the following email: Tina.M.Landes@nasa.gov. All questions should be submitted in writing via email not later than 15 February 2006. Please advise if your firm?s product(s) is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Tina M. Landes not later than 4:00 p.m. on 23 February 2006. Please reference Request for Information (RFI) No. NNK06139412L in any response. 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=76#118999)
 
Record
SN00986323-W 20060212/060210215448 (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 |
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.