Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOLICITATION NOTICE

66 -- InGaAs Near Infrared Camera System

Notice Date
2/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0063
 
Response Due
2/12/2007
 
Archive Date
2/27/2007
 
Description
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 05-14. The associated North American Industrial Classification System (NAICS) code for this procurement is 339111, with a small business size standard of 500. This acquisition being procured using full and open competition. The National Institute of Standards and Technology (NIST) has a requirement for one (1) InGaAs Near Infrared Camera System: LINE ITEM 0001: Quantity one (1) each InGaAs Near Infrared Camera System meeting all of the following required specifications: 1.) At least 320 X 240 pixels of InGaAs photodiodes in the focal plane array; 2.) The square pixel pitch must have a value between 25 micrometers and 50 micrometers; 3.) The camera must have spectral response from 900 nm to 1700 nm; 4.) Quantum efficiency must be greater than 60 percent from 1000 nm to 1600 nm; 5.) The Noise Equivalent Irradiance (NEI) at the peak of response curve must be less than or equal to 300 million photons per square centimeter per second (ph/cm2/s). 6.) Dynamic range must be greater than or equal to 1000:1; 7.) The spatial uniformity must be such that greater than 99 percent of the pixels must have responsivity within 30 percent of the mean value; 8.) Integration times must be variable in a minimum of 8 steps covering a minimum range of 0.130 ms to 16 ms; 9.) Frame rate of 30 Hz, 60 Hz, or both; 10.) Must enable scans to be externally triggered as an alternative to continuous internal triggering; 11.) Must include 12 bit digital output; 12.) Analog output must be compatible with composite video; 13.) Must not require the use of any liquids or fluids for cooling or otherwise operating the camera; 14.) Less than 5 W power dissipation in operating mode; 15.) Must include a 25 mm, f/2 or faster, C-mount (or an adaptor), near infrared (900 nm to 1700 nm) lens; 16.) Must include a Graphical User Interface (GUI) software package for configuring integration times, acquiring single or continuous images, viewing and saving images or image sequences, and plotting histograms. The software must run on a Windows XP Personal Computer (PC). The PC is not required, however, any additional hardware, such as a PCI or PCIexpress frame grabber board, and cables between the camera electronics and frame grabber board, must be included. All software drivers to run the GUI must be included; 17.) The camera, software, and all associated hardware, must be compatible with a National Instruments 1422 frame grabber board, (PCI or PCIexpress). The user must be able to configure the camera and acquire images with National Instrument IMAQ and Labview software. The software is not required. Delivery terms 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 meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and 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 the 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 Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; Offerors must complete annual representations and cerifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractors 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 (19)52.222-36, Affirmative Action for Workers with Disabilities (20)52.222-37, Employment Reports on Special Disabled Veterans (24)52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act (Jan 2006). (ii) Alternate I of 52.225-3 (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund 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. 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 Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 2:00 p.m. local time on February 12, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL BE ACCEPTED.
 
Place of Performance
Address: 100 BUREAU DRIVE, MS 1640, GAITHERSBURG, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01225717-W 20070207/070205220149 (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.