Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2006 FBO #1726
SOLICITATION NOTICE

66 -- HIGH SPEED CAMERA SYSTEM

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06166918Q
 
Response Due
9/1/2006
 
Archive Date
8/16/2007
 
Small Business Set-Aside
Total Small Business
 
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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotation (RFQ) for two (2) High Speed Camera Systems per the following specifications: Shall be at least 1000x1000 pixel resolution. Pixel size shall not exceed 20 microns/pixel. Sensor shall be based on Complementary Metal Oxide Semiconductor (CMOS) technology, which enables direct addressing of regions of interest on the sensor. Sensor shall have a Quantum Efficiency of at least 35% at 532 nm. Shall output at least 12 bits per pixel (1024 gray levels). Shall be monochrome. Pixel well depth to noise floor ratio shall be > 1024 (Vendors shall supply specifications of Pixel Well Depth in e- and Noise Floor values in e- for any proposed system). Signal to noise ratio shall be at least 64 dB. Pixel fill factor shall be at least 60%. Shall be equipped with at least 16 GB of onboard memory, for storage of acquired images. Shall be capable of operating at the following and framing rates (frames per second: fps) at the listed resolution (or higher in each dimension): 5000 fps 1024x1024 pixels 10000 fps 1024x512 pixels 20000 fps 512x512 pixels 40000 fps 512x256 pixels Shall be electronically shuttered at 1/(framing rate) down to 1 microseconds. Shall be capable of ?Frame-Straddling? (as used in Particle Image Velocimetry) using an external timing source to synchronize laser timing relative to Camera integration periods. Frame-Straddling operation is accomplished by a camera supplied top of frame flag. The camera shall support frame straddling mode of operation down to at least 1.5 microseconds (time between laser exposures). Camera shall provide a top of frame TTL pulse or camera sensor integration period TTL pulse. Shall have both F-mount and C-mount lens mount capability via a supplied adapter. Shall be capable of being externally triggered for each frame acquisition by a user supplied (positive going or negative going) TTL pulse. Shall be capable of providing an output TTL pulse that can be used to synchronize the camera with other cameras or pulsed light sources. Shall provide a NTSC compatible video out signal for display on a remote monitor. Shall be delivered with a camera control software package which provides live online image display of the acquired camera images on the controlling computer?s display screen. Software shall also provide software control over camera triggering options, frame rate and resolution and electronic shutter time. Software shall be capable of saving image files in 8 bit TIF and BMP files formats. Camera shall be triggerable via either software command (mouse click) or via external trigger pulse after arming in software. Software shall support operation of single, or multiple (2) cameras from a single computer system. Camera shall be capable of being controlled by an external computer or by a detachable remote keypad interface. Keypad interface shall provide all the same functional controls as provided through the computer interface control option. Camera shall also be delivered with a Software Development Kit, which is compatible with Microsoft C/C++ V6.0 compiler. Shall support Gigabit Ethernet interface for system operation, control and download of image data. This interface connection shall be supported by the supplied SDK. Size shall not exceed: 148mm Width x 160mm Height x 310mm Length. Weight shall not exceed 15 lbs for the camera head with integral power supply. Shall operate on 110 VAC, 60 Hz. Shall include a user manual Shall include a 1 year parts and labor warranty Shipping shall be included in the bid price. The provisions and clauses in the RFQ are those in effect through FAC 05-08. The NAICS Code and the small business size standard for this procurement are 423410 and 100 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 Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required with 6 weeks of award. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 pm (EST) September 1, 2006 to NASA Glenn Research Center, Attn: Irene Cierchacki, Mail Stop 500-306, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number FOB destination to NASA Glenn, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instruction to Offerors-Commercial, which is incorporated by reference. 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. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUN 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: 52.203-6 (with ALT 1), 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, 52.225-16. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. All contractual and technical questions must be in writing (e-mail or fax) to Irene Cierchacki, e-mail Irene.Cierchacki-1@nasa.gov, and FAX (216) 433-2480 no later than Friday, August 25, 2006. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED> Selection and award will be made (on an aggregate basis) to the lowest price, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies the provision at 52.212-3, Offeror Representations and Certification - 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 certification will be incorporated by reference in any resultant contract. An ombudsman has been appointed - See NASA Specific Note "B". 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/bisops.cit?gr=D&pin=22. 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 link 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=22#121781)
 
Record
SN01117314-W 20060818/060816222154 (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.