Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2008 FBO #2307
SOLICITATION NOTICE

67 -- VIC-3D DIGITAL IMAGE CORRELATION SYSTEM

Notice Date
3/19/2008
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM08240167Q
 
Response Due
4/8/2008
 
Archive Date
3/19/2009
 
Point of Contact
Marianne R. Campbell, Contract Specialist, Phone 256-544-6496, Fax 256-544-0236, Email marianne.campbell@msfc.nasa.gov - Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062, Email betty.c.kilpatrick@nasa.gov
 
E-Mail Address
Email your questions to Marianne R. Campbell
(marianne.campbell@msfc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
***************** Send all correspondace to Elizabeth Mudler/DFS at elizabeth.e.mudler@nasa.gov or via fax at 256-544-4401******************** NASA/MSFC has a requirement for VIC-3D Digital Image Correlation System. NASA/MSFC intends to purchase the items from Correlated Solutions, Inc. on a sole source basis. This procurement is for seven (7) complete Correlated Solutions Video Image Correlation (VIC) Systems to cover two test programs to be performed by the Structural Strength Test Group (ET30) at MSFC. One test program is governed by NASA Langley Research Center (LaRC). The LaRC test program is a study on the structural response of cylindrical barrels in buckling failure modes (aka Shell Buckling Test Program), involving a total of eighteen test articles to be tested in series over the course of 6/2008 to 6/2010. The other test program is the ARES Upper Stage Test Program governed by NASA Marshall Spaceflight Center (MSFC). The first four of the seven VIC systems are required for each of the LaRC tests. The remaining three systems are required for other concurrent ARES US structural testing. VIC Systems, also known as Photogrammetry, provides highly accurate, full-field, three-dimensional shape and deformation data of complex objects. LaRC Test Requirements to MSFC ET30 call for the VIC System to be VIC-3D from Correlated Solutions, Inc. The ARES Test Program has multiple tests with VIC requirements. After completion of the LaRC Shell Buckling Test Program in 2010, these systems would be available to fulfill future ARES Test Requirements. This recommendation is made pursuant to FAR 6.302-1, which implements the authority for 10 U.S.C. 2304(c)(1) for acquisition of supplies or services from only one source and no other supplies or services will satisfy agency requirements. Competition is impractical for the following reasons: 1. There are multiple Correlated Solutions VIC systems already in operation at two NASA centers ? one at the NASA center where the eighteen tests will take place (MSFC) and six more at the NASA center requesting the tests (LaRC). To support the LaRC test program and current ARES test plans, the VIC system chosen must be compatible with the VIC systems already in place. They must also be able to be synchronized with each other in order to have real-time analysis capabilities of large test articles requiring multiple VIC systems. Only the VIC System from Correlations Solutions, Inc. has this compatibility with the systems already in place. It is impossible to synchronize VIC Systems from different companies together in a real time fashion due to the fact that the data storage is in binary format that is proprietary to the particular company's software package. 2. Real-time data display is critical to evaluate impending buckling modes during the testing. The VIC System from Correlated Solutions offers real-time data display of up to 30,000 points per second. Based on market research including web-site literature and phone conversations, the competition is several times slower for the Government's testing application. 3. Calibration of the VIC System is critical. The system is highly dependent on setup, and the calibration is easily upset and lost. If the calibration is upset and lost on any other system, then all of the valuable test data is also lost and the test must be repeated (often this is not possible). The calibration of the VIC System from Correlated Solutions, however, ensures that, even when the calibration is upset and lost (e.g. due to the cameras being bumped), a recalibration is possible even after the test and all test data can be salvaged. 4. Test personnel from LaRC and MSFC are already trained on the VIC System from Correlated Solutions. Additional cost and schedule (LaRC test delay of >2 weeks) would be realized to re-train test personnel on another system. Additional cost would also be realized to generate and maintain the required documentation on two systems. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 12:00 p.m. CST on 04/08/2008. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". 1852.215-84 Ombudsman. (OCTOBER 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, Robin N. Henderson, George C. Marshall Space Flight Center 256-961-1919 (office), 256-544-8369 (fax), robin.n.henderson@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, the Director of the Contract Management Division, at 202-358-0445, facsimile 202-358-3083, e-mail james.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer or as specified elsewhere in this document. (End of clause) Any referenced notes may be viewed at the following URLs linked below. http://www.arnet.gov/far/
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#129199
 
Record
SN01536770-W 20080321/080319231330 (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.