Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
SOLICITATION NOTICE

66 -- The US Army Engineer Research and Development Center (ERDC), Vicksburg, Ms is posting a Combined Synopsis/Solicitation for a Particle Image Velocimetry System.

Notice Date
12/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES), 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF-9343-7362
 
Response Due
12/18/2009
 
Archive Date
2/16/2010
 
Point of Contact
Melissa Keen, 601-634-4880
 
E-Mail Address
U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES)
(melissa.a.keen@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) and is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 334513 and the Small Business size standard is 500 employees. The US Army Corps of Engineers, Engineer Research and Development Center Contracting Office, has a requirement for a Particle Image Velocimetry (PIV) System. BID SCHEDULE: Line Item 0001 1.1 specs, Laser and light sheet optics Line Item 0002 1.2 specs, Camera Line Item 0003 1.3 specs, Cabling and Supporting Hardware Line Item 0004 1.4 specs, Optional Personal Computer Line Item 0005 2.0 specs, Software Line Item 0006 3.0 specs, Delivery Line Item 0007 3.0 specs, Installation and Training PIV System specifications are as follows: Requirements: A laser-based particle image velocimetry (PIV) system is required to measure flow velocities and accelerations at the US Army Engineer Research and Development Center, Coastal and Hydraulics Laboratory complex in Vicksburg, MS. This system must be capable of measuring horizontal or vertical 2-dimensional control volumes of roughly 0.1m by 0.1m in dimension. The system should be capable of accurately measuring hydrodynamic velocities in the range of 0.01 5 m/s. This system must be portable with system components that are moveable by a single person with no machinery. 1.0 Hardware 1.1 Laser and light sheet optics Laser-based system 2W or greater laser including mounting bracket Laser mount for light sheet Light sheet thickness adjuster Light sheet capability/module 1.2 Camera High speed camera At least 2000 fps at full resolution At least 1280 x 1024 pixel resolution CMOS camera with built-in A/D 4 GB RAM 12 mm pixel size Connects directly to PC through USB 2.0, or GigaBit Ethernet 8P8C (RJ45) Nikon AF 85 mm lens, f/1.8 lens with F-mount. 1.3 Cabling and supporting hardware All necessary additional hardware to make system functional 1.4 Optional Personal Computer to control system, and to visualize and analyze results. 2.0 Software Software should be capable of the following: Velocity and turbulence measurements by Particle Image Velocimetry (PIV) Automated data acquisition and data analysis for image acquisition and processing (e.g. Adaptive-correlation image processing algorithms with high spatial resolution, second-order correlation, deformed window correlation, multi-pass correlation, advanced image acquisition techniques for high image thru-put and long sequence captures, advanced vector post-processing, and sophisticated image and vector field display.) Control of all hardware components Complete list of image filters Background subtraction Data import/export control Database structure Setup wizards for operation Plug and play device handling for easy system setup and operation Distributed acquisition for large system bandwidth Distributed analysis for fast post-processing Distributed database for fast data access Customizable workspace for acquisition and analysis modes 3.0 Delivery, Installation and Training Delivery is required no later than 60 days following award of contract and should be priced as FOB destination. A minimum of 2 days on-site equipment installation and training is required. All interested firms must be registered in the Central Contractor Registration. The Government will evaluate offers on best value and will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer meets and/or exceeds the specification herein. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certification Commercial Items; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-25 Affirmative Action Compliance; 252.225-7000 Buy American Act Balance of Payments Program Certificate; and 252.212-7000 Offeror Representations and Certifications Commercial Items. The following clauses apply to this acquisition and are hereby incorporated by reference: 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; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program; 252.243-7001 Pricing of Contract Modifications. All offerors shall submit the following: 1) Signed Proposal and 2) A completed copy of the Provision at 52.212-3 Offeror Representations and Certifications Commercial Items and 252.212-7000 Offeror Representation and Certifications Commercial Items, which may be downloaded at www.arnet.gov/far. All quotes should be emailed to: melissa.a.keen@usace.army.mil no later than 11:00 am CST 18 December 2009. Point of Contact: Melissa Keen, Contract Specialist, 601-634-4880.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-9343-7362/listing.html)
 
Place of Performance
Address: U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES) 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02022520-W 20091213/091211235645-efeabe5e92eafb8e3fa418fb30a6d824 (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.