Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

67 -- STREAK CAMERA

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10T0176
 
Response Due
9/14/2010
 
Archive Date
11/13/2010
 
Point of Contact
Barbara DeSchepper, 410-278-5425
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(barbara.deschepper@us.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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is W911QX-10-T-0176 This acquisition is issued as an Request for Quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-43 Aug 2, 2010 (iv) This acquisition is set-aside for small business set aside. The associated NAICS code is 333315 The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 STREAK CAMERA INCLUDING UV COLLECTION OPTICS, STREAK TUBE, OUTPUT OPTICS, AND CCD CAMERA The Contractor shall provide one (1) Streak Camera System that meets the Governments following requirements: 1) Streak Camera System compatible with the following in place equipment: a 250 kilohertz (kHz) amplified Ti:Sapphire laser (Coherent REGA), a 75 megahertz (MHz) Ti:Sapphire oscillator seed (Coherent MIRA),and a 320 millimeter (mm) imaging spectrograph, f/4.1 (Triax320 or iHR320). 2) Streak camera tube with an intrinsic temporal resolution of less than three (3) picoseconds (ps). (3) Streak camera optimized for the ultraviolet (UV) range from 190 to 400 nanometers (nm) yet still usable across the full spectral response of the Streak Tube, typically out to 850 nanometers (nm). CLIN 0002 SYNCHRONOUS SCANNING UNIT AND COMPATIBLE BLANKING UNIT WITH REQUIRED SYNCHING ELECTRONICS The Contractor shall provide Synchronous driving electronics that meets the Governments following requirements: 1) The synchronous driving electronics shall allow for low jitter continuous sampling of the streak camera with blanking of spurious signals. 2) Include all equipment required to synch the driving units to the laser system. 3) Synchronous driving electronics shall maintain the intrinsic temporal resolution of the Streak Tube (less than three (3) picoseconds). 4) Synchronous driving electronics capable of synching to the 75 megahertz (MHz) oscillator seed. 5) Synchronous driving electronics shall have a maximum time window that is a minimum of 2 nanoseconds (ns). 6) Include blanking of the return sweep and subsequent sweeps out to a minimum of one (1) microsecond, compatible with the 250 kilohertz (kHz) excitation source. A spec for the extinction ratio is required. CLIN 0003 DATA ACQUISITION SOFTWARE AND HARDWARE The Contractor shall provide Data Acquisition hardware and Software that meets the Governments following requirements: 1) Data Acquisition Hardware and Software compatible with a Dell Optiplex 960 Minitower Computer running Microsoft Windows Vista. 2) Data Acquisition Software executable without administrative privileges after initial installation. 3) Data Acquisition Software able to perform exponential decay fits with system response deconvolution. 4) Data Acquisition Software capable of exporting data to a human readable (e.g. ASCII) form for ease of import into other programs. CLIN 0004 SLOW TRIGGER SCANNING UNIT AND SYNCHING HARDWARE The Contractor shall provide Slow/Standard Triggered Driving Electronics that meets the Governments following requirements: 1) Standard triggered driving electronics shall allow for operation of the streak tube at slower sweep speeds to achieve longer time windows that cover the minimum range of five (5) nanoseconds (ns) to one (1) microseconds (s). 2) The standard triggered driving electronics shall have a trigger frequency of 250 kilohertz (kHz) over as many of these time ranges as possible and capable of synching to the 250 kilohertz (kHz) laser system. 3) The standard triggered driving electronics shall maintain a temporal resolution of less than 50 picoseconds (ps) when averaged (vii) Delivery is required by 30 Days upon receipt of award. Delivery shall be made to Adelphi Laboratory Center (ALC), 2800 Powder Mill Road, Adelphi Md 20783-1197. Acceptance shall be performed at SAME. The FOB point is DESTINATION. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Expedited delivery will also be evaluated as part of the technical element. Failure to provide adequate information MAY result as being non compliant and not considered for award. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ___1_____ records of sales from the previous _2_____ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Failure to provide adequate information MAY result as being non compliant and not considered for award. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 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 following additional FAR/DFARS clauses cited in this clause are applicable: 52.219-6 Notice of Total Small Business Set-Aside, 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, 52.222-35 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 of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 252.225-7001Buy American Act and Balance of Payments Porgram, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 Transportation of Supplies by Sea ALT III. (xiii) The following additional contract requirement(s) or terms and conditions apply: NONE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: NONE (xvi) Quotes are due on 09/14/10 by 11:59PM via e-mail to barbara.deschepper @arl.army.mil (xvii) For information regarding this solicitation, please contact Barbara DeSchepper, 410-278-5425 or via e-mail at barbara.deschepper@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/015aed617031ec052c8a89d7163e10fe)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi (RDECOM-CC) 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02273272-W 20100910/100909000012-015aed617031ec052c8a89d7163e10fe (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.