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

66 -- HYPERSPECTRAL SHORT WAVE INFRARED SENSOR AND VISIBLE HYPERSPECTRAL IMAGING CAMERA

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens 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
W911QX10T0185
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Barbara Gerace, (575)678-3579
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(bgerace@arl.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-0185. This acquisition is issued as an RFP. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This acquisition is set-aside for small businesses. The associated NAICS code is 333314. 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: GROUND BASED HYPER SPECTRAL IMAGING SYSTEM; QTY: One (1) each. CLIN 0002: GROUND BASED VISIBLE THROUGH NEAR-INFRARED HYPERSPECTRAL IMAGING CAMERA SYSTEM; QTY: One (1) each. Description of requirements: One (1) GROUND BASED HYPER SPECTRAL IMAGING SYSTEM for field use, which operates in the Short Wave Infrared region. Requirements: Weighs less than 35 pounds excluding carrying case, to allow for portability; Covers the spectral range from 900 nanometers to 1700 nanometers; Sensitivity (mean detectivity, D*) greater than 1.5x1013cmHz/W at 1550 nanometers, in order to provide the high sensitivity needed to collect hyper-spectral data in a wide variety of circumstances; Capability of recording hyper-spectral data with a spatial resolution of 512 or more pixels in both the x and y dimensions; Minimum field of view of 10 degrees; Spectral resolution of 6.5 nanometers or finer and at least 100 bands across the 900 to 1700 nanometer range; Spectral distortion of 1.5 microns or less, over its spectral range, from 900 nanometers to 1700 nanomet; Minimum dynamic range of 12 bits; Ability to collect accurate spectral information of targets moving in a scene. Systems that collect one spectral band per time sample, such as tunable filter based systems, are not acceptable for this application; Scan mirror and drive in the sensor head. System shall be self-contained (except for power) to enable system mobility and deployment flexibility; Camera-Link digital communication standard to download data to the recording unit; Rapid collection of multiple hyperspectral cubes will be required; Software for calibration and data analysis. Data must be recorded in an open binary format that can be read by third-party hyper-spectral analysis packages; System designed to be mounted and operated on a tripod for ground-to-ground collections. One (1) GROUND BASED VISIBLE THROUGH NEAR-INFRARED HYPERSPECTRAL IMAGING CAMERA SYSTEM for field use. Requirements: Weighs less than 35 pounds excluding carrying case to allow for portability; Cover the 400 nanometer to 1000 nanometer spectral range; Capability of supplying a minimum of 250 spectral bands over the 400 to 1000 nanometer range, each band having a band width of 2 nanometers or less.; Capability of collecting and recording a hyperspectral image cube, with a minimum of 1024 spatial pixels in both the x and y dimensions; Minimum field of view of 10 degrees; Minimum dynamic range of 12 bits; Capability to collect accurate spectral information of targets moving in the scene; systems that only collect one spectral band per time sample, such as filter based systems, are unacceptable; Scan mirror and drive in the sensor head; Self-contained (except for power) to enable system mobility and deployment flexibility; Camera-Link communications standard to allow rapid download of data to PC data recording unit; Software for calibration and data analysis; Data must be able to be recorded in an open binary format that can be read by third-party hyper-spectral analysis packages; System designed to be mounted and operated on a tripod for ground-to-ground collections. (vi) Delivery is required within 60 days after date of contract award. Delivery shall be made to US Army Research Laboratory (ARL), Shipping and Receiving, 2800 Powder Mill Rd, BLDG 102, Adelphi, MD 20783-1197 and acceptance shall be performed at the same location. The FOB point is ARL, Adelphi, MD. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (viii) 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: (1) Technical. The technical evaluation will be a determination as to whether the proposed product meets all of the specifications set forth in the solicitation. The technical evaluation will be based 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 proposed product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a product so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. (2) Past Performance. 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. Include records of at least 2 recent sales and identify a point of contact for each by providing a name, phone number, or email address for each record. (3) Price. Technical and past performance are of equal importance and, when combined, are significantly more important than price (ix) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (x) 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 (xi) 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.219-6, Notice of Total Small Business Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009), 52.222-3, Convict Labor (June 2003), 52.222-19, Child LaborCooperation with Authorities and Remedies (Jul 2010), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006),52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008),52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003), 52.203-3, Gratuities (APR 1984), 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009), 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (xii) The following additional contract requirement(s) or terms and conditions apply: xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4407 Type of Contract; 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions. A copy of the full text of these provisions will be made available upon request (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xiv) The following notes apply to this announcement: NONE. (xv) Offers are due on 20 September 2010 at 10:00 am MDT to bgerace@arl.army.mil (xvi) For information regarding this solicitation, please contact BARBARA GERACE, TEL: 575-678-3579; bgerace@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d06c9a835093f5c8cac677633804ee49)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi (RDECOM-CC) ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02273492-W 20100910/100909000243-d06c9a835093f5c8cac677633804ee49 (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.