SOLICITATION NOTICE
66 -- Multi-spectral, Multi-Functional Imager (MSMFI)
- Notice Date
- 4/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-09-R-LS02
- Archive Date
- 4/15/2010
- Point of Contact
- Lisa A Fleming, Phone: 202-767-3739
- E-Mail Address
-
lisa.fleming@nrl.navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-09-R-LS02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-28 and DFARS Change Notice 2008 20081218. The associated small business size standard is 500. NRL has a requirement for a Multi-spectral, multi-function imager (MSMFI) (CLIN 0001 - Quantity = 1 EA) for use in research environments that meets the specifications set forth herein; and Optional items: Extended Warranty (CLIN 0002 with two SubCLINs: SubCLIN 0002AA - 2 additional years of parts and labor, Quantity - 1 LO; AND 0002AB - 4 additional years of parts and labor, Quantity - 1 LO). The technological basis of the MSMFI must be Fourier-Transform Infrared (FTIR) spectroscopy. It must provide real-time imaging in the long-wave infrared spectrum, in the entire range of 8-12 microns (LWIR). This MSMFI system must be able to collect hyperspectral data from the LWIR imagery. The MSMFI must have an on-board calibration system using blackbody calibration sources and alignment tools; the ability to use external calibration sources. The MSMFI must have real-time, on-board processing electronics. The MSMFI must have at least one of the following digital outputs: Cameralink, Gigabit Ethernet, or USB. This system must contain software capable of controlling and monitoring entire system e.g. cameras, spectrometer, and data analysis/storage; capable of acquiring hyperspectral data on a pixel basis as well as sorting complex patterns for identification of individual targets of interest; must also provide standard spectroscopy functions including absorption, % reflection, % transmittance as well as real-time pixel spectrum display and standard file mathematical processes; The software should be capable of providing spectral histograms, spectral topographical mapping and enhancement (multi-scans) of the same area of interest over time; Software should be capable of viewing a captured datacube (2D image where each pixel contains a calibrated LWIR spectrum) via spectral or spatial means; Software should be capable of storing spectral patterns in a library to be used for comparing the stored patterns to the detected pattern; ; Software should be capable of 2D, real-time imaging the target of interest by use of a frame grabber, and capable of storing these images on a hard disk drive; Operational software should be compatible with Microsoft XP Professional (upgrade to Microsoft Vista should be an option). Data processor should be compatible with Windows XP Professional. Finally, the MSMFI must be fitted with a tripod rated for the proper load capacity. The salient features are as follows: 1. The MSMFI must contain an internally cooled Mercury Cadmium Telluride (MCT) focal plane array with a minimum of 320x256 pixels. 2. The MSMFI must have a minimum spectral resolution of 0.25 cm-1. 3. The MSMFI must be man-portable (less than 75 lbs) and tripod-mountable for use in the field. The contractor shall provide on-site training at customer facility at the time of delivery, as well as, a standard commercial warranty on all parts and labor, with the option to extend the warranty for either a period of two (2) years beyond the standard warranty OR four (4) years beyond the standard warranty. Finally, the contractor must be willing to enter into an annual contractual agreement with the government to provide preventative maintenance service and/or repairs, renewable for the lifetime of the MSMFI, which may be negotiated under a separate agreement. Delivery and acceptance is at NRL, Washington, D.C. 20375; FOB Destination. Delivery shall be no later than 11 months from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: technical capability of the item offered to meet the Government's requirements based on technical approach narrative and/or examination of product literature, past performance and price. The technical capability and past performance when combined are more important than price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, and 52.232-33. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.225-7021, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, and 252.247-7023. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; and 252.225-7013 Duty Free Entry. The following additional FAR clause applies: 52.215-5 - Facsimile Proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist at (202) 767-6197 (primary) or (202) 767-5896 (alternate). In addition, proposals may be transmitted by e-mail to lisa.fleming@nrl.navy.mil in PDF format. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 01 June 2007 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/13onsite.htm Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than five (5) business days before the response date of this solicitation. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. A PDF version of the offeror's proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL e-mail address for Lisa Fleming, lisa.fleming@nrl.navy.mil. Contractor's choosing to deliver their proposal in a traditional manner must do so to the NRL address set forth herein. As previously stated, proposals must be received on or before the response date noted above, 4:00 PM, local time. The package should include one original and one copy both marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fe10d2541ab8493014e9fdf33c67a887&tab=core&_cview=1)
- Place of Performance
- Address: The Contractor's Facility, United States
- Record
- SN01793388-W 20090417/090415222613-fe10d2541ab8493014e9fdf33c67a887 (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 |