Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2006 FBO #1668
SOLICITATION NOTICE

67 -- CAMERA SYSTEM FOR ACQUIRING LIFETIME-BASED PRESSURE SENSITIVE PAINT IMAGES

Notice Date
6/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA06162133Q-AMR
 
Response Due
7/5/2006
 
Archive Date
6/19/2007
 
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 as a Request for Quotations (RFQ) for 2 Camera Systems for Acquiring Lifetime-Based Pressure Sensitive Paint Images. The cameras are digital CCD cameras that have the capability of acquiring an image with very short exposure times (a few microseconds). Additionally, the cameras have the capability of accumulating photons on chip increase signal-to-noise ratio (this is required so that lifetime-based imaging of Pressure Sensitive Paints can be accomplished). Required features of the cameras include the following: acquire images using exposure times as low as one (1) microsecond, thermoelectrically cooled to at least -25 degrees C without the use of liquid coolant, perform on-chip accumulation in which a single image is acquired using multiple exposures, accommodate c-mount and/or f-mount camera lenses, be able to be controlled by a Personal Computer. Cameras must meet or exceed the following performance specifications: use at least 12-bit digitization or higher, transfer data at a rate of 10MHz or higher, have a read noise of less than 12 electrons (root mean square) at fastest data transfer rates, employ a CCD chip with imaging dimensions of at least 2048 x 2048 pixels, employ a CCD chip which has a full well of at least 20,000 electrons per pixel, be able to be thermoelectrically cooled to at least -25 degrees C, be able to acquire images with exposure times ranging from one (1) microsecond to several minutes, have a peak quantum efficiency (QE) of 50% or higher, have a QE of 20% or higher at 650nm, employ an electronic shutter and not a mechanical shutter, be able to perform on-chip accumulation so that multiple exposures can be combined to form one image, have user accessible input/output (I/O) channels to externally control exposures as well as monitor camera signals, not use an image intensifier, be controlled by a computer and have a software developers kit (SDK) supplied for writing custom data acquisition programs. 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/ . This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333315 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 84 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 12:00 PM Pacific Time, July 5, 2006 to Janessa Langford at NASA Ames Research Center, mail stop 227-4 Moffett Field, CA 94035. The quotation must include a list of customers who have purchased identical or similar systems (with complete customer contact information) and solicitation number NNA06162133Q-AMR, FOB destination to this Center (or applicable estimated shipping costs to Moffett Field, CA 94035-1000), proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml 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.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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2006), 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). All contractual and technical questions must be in writing (e-mail or fax) to Janessa Langford not later than June 26, 2006. Telephone questions will not be accepted. 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, price, and past performance. Other critical requirements: Delivery, Maintenance, Quality, Past Performance, Warranty, etc shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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. 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#120709)
 
Record
SN01073363-W 20060621/060619222704 (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.