SOLICITATION NOTICE
66 -- Infrared Camera
- Notice Date
- 5/13/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-09-RQ-0208
- Response Due
- 5/27/2009
- Point of Contact
- Joni L Laster, Contract Specialist, Phone 301-975-8397, Fax 301-975-6273, - Carol A. Wood, Contract Specialist/Contracting Officer, Phone 301-975-8172, Fax 301-975-6273
- E-Mail Address
-
joni.laster@nist.gov, carol.wood@nist.gov
- Small Business Set-Aside
- N/A
- 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. THE 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 (FAC) 2005-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees, however, this requirement is unrestricted and all interested quoters may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for a Infrared Camera. All equipment must be new. Refurbished and or remanufactured shall not be considered for award. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) each, Infrared Camera which shall meet or exceed the following required minimum specifications: 1. Camera must include the following features: a. Electrically cooled (i.e., not nitrogen cooled); b. IR detector resolution: 640 x 480 or greater; c. Camera must be portable and weigh less than 5 pounds; d. Camera must be usable both in a stand-alone, battery-powered configuration and when connected to a computer; e. For the stand-alone, battery-powered configuration, the camera must be able to remain operational for a minimum of 1 hour without swapping batteries; f. The interface that allows the camera to be connected to a computer shall be achieved using one or more of the following: Firewire and/or Ethernet; g. The camera must be suited for use indoors and outdoors; h. Camera must be compatible for mounting on a standard tripod; i. Camera must be capable of taking visual images simultaneously or intermittently with the IR images; j. Camera must be capable of recording and outputting colored still/instantaneous images and video images lasting a minimum of 30 seconds; k. Visual imaging must have a resolution of 1 mega pixel or greater; l. Thermal and visual colored images must be available for saving in a standard format (e.g., JPEG, TIFF, etc.) that is readily importable to a Microsoft Word document. The thermal images, in addition, must contain the full radiometric information (12 bit resolution minimum); m. When operated in a stand-alone, battery-powered mode, the camera must allow storage of thermal and visual images on a removable memory device (i.e., memory card or flash drive) which may or may not be provided as part of the purchased system; this memory device, however, as applied with the camera must allow storage of 1 GB of digital information, at a minimum; n. Camera must have a built-in LCD that is 4” x 3” or greater in size; o. The camera must provide a minimum of a 6 to 1 continuous zoom capability. The camera must have the ability to pan the image and zoom any area; p. The camera must have an auto focus and also be able to be focused manually; q. Camera must come with two batteries and charger; r. Although only one lens shall be required with the system, the camera itself must be designed to work with multiple lenses and thus permit use with a wide range of applications, for example, NIST may need a wide-angle lens (e.g., field of view in the 35 degree range and a comparatively shorter focus distance) or telescopic lens (e.g., field of view in the 10 degree range and a comparatively longer focus distance) and requires the ability to interchange lenses. 2. The Camera must be capable of the following: a. Measuring the temperature of an object whose temperature is between -40ºC and 250ºC; b. Offering resolution of 0.1ºC (or better) for temperature measurements in the range of 20 to 40ºC; c. Offering the means for making test object temperature measurements accurate to within ±2.0ºC for all applications and to within ±1.5ºC over the test object temperature range of 15ºC to 70ºC (when the ambient temperature is between 20 and 30ºC); d. Operating in an environment whose ambient temperature is between -10ºC and 45ºC (minimum); e. Responding to spectral radiation over the range 8 to 13 μm (minimum); f. Been evaluated based on IEC Standard 68-2-29 for Shock and IEC Standard 68-2-6 for vibration and found to remain operational when subject to a minimum of 10 G and 2 G stresses, respectively; 3. The system provided camera optics must provide the following: a. A field of view that falls within 18 to 30 degrees; b. A minimum focus distance of at least 0.5 meters; c. Ability of viewing, in full, an area of 0.5 m x 0.75 m when positioned a distance between 0.5 to 1.5 meters away; 4. The system provided software must have the following: a. Facilitates image storage, image retrieval, and image analysis; b. Allow analysis of static and video images in both real-time and when retrieved after-the-fact; c. Provide a temperature legend and allows identification of isotherms; d. Allows emissivity correction; e. Run on a IBM compatible PC using Windows XP; 5. The camera must be LabVIEW compatible and packaged with LabVIEW drivers to operate the camera’s various functions because that is the software that is in use for data acquisition and system controls, also: a. Camera drivers must be written for LabVIEW 7 or higher versions. b. Any LabVIEW drivers developed for use with the particular camera shall be provided as part of the purchased system; c. The purchased system shall allow the camera to be externally triggered via a signal generated from a user-written LabVIEW program; d. The manufacturer software described in item 4 shall allow the major features of the cameras operation to be programmed by someone using LabVIEW. The Contractor shall provide a minimum of a twelve (12) month warranty for the instrumentation. Warranty shall be return to vendor and include all parts and labor. The Contractor shall state the warranty coverage provided for the equipment. Delivery shall be completed not later than 12-14 weeks after receipt of an order. 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 any 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. The Government shall award a purchase order resulting from this solicitation to the responsible quoter who provides a technically acceptable product, has a positive record of past performance and quotes the lowest price. The following will be used to evaluate quotations: TECHNICAL CAPABILITY PAST PERFORMANCE PRICE TECHNICAL CAPABILITY Technical capability shall be evaluated to determine that the proposed equipment meets or exceeds all specifications. Product literature shall be evaluated to determine that the proposed equipment will meet all of the Governments required specifications identified herein. PAST PERFORMANCE Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications 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: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Representation 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act—Free Trade Agreement—Israeli Trade Act with Alternate I; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds 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) An original and one (1) copy of the technical description and/or product literature which shall address the technical capability of the quoted product to meet all of the Governments required specifications; 3) Description of commercial warranty AND 4) Offerors shall provide a list of at least three (3) references to which the same or similar products have been sold. The list of references shall include, at a minimum: the name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer, if applicable; and the date of delivery or the date services were completed. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on May 27, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0208/listing.html)
- Place of Performance
- Address: 100 Bureau Drive Gaithersburg, MD
- Zip Code: 20899
- Country: US
- Zip Code: 20899
- Record
- SN01815971-F 20090515/090513233039 (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 |