Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2010 FBO #3228
SOLICITATION NOTICE

T -- HUB MOUTED DIGITAL CAMERA

Notice Date
9/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10350008Q-RAJ
 
Response Due
9/29/2010
 
Archive Date
9/24/2011
 
Point of Contact
Rachel A. Jandron, Contract Specialist, Phone 650-604-2655, Fax 650-604-0912, Email rachel.a.jandron@nasa.gov - Natalie R. LeMar, Contracting Officer, Phone 650-604-3005, Fax 650-604-0912, Email natalie.r.lemar@nasa.gov
 
E-Mail Address
Rachel A. Jandron
(rachel.a.jandron@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a NASA/ARC requirementfor a hub mounted digital camera. The goal is to measure the rigid-body defection andaero-elastic deformation of a single rotor blade around the complete rotor revolution ona helicopter. This will be accomplished by placing a high-frame-rate digital camera on arotor hub looking radially outwards from the root to the tip of a single rotor blade.This camera will be operated in 'stand alone' fashion, requiring only power and externaltrigger. Targets placed on the upper surface of the monitored blade will permitquantitative measurements of blade pitch, flap and lead-lag along the length of theblade.The camera will be placed inside a cylindrical instrumentation hat (MUX bucket) mountedon top of a helicopter hub. The camera should be small in order to fit inside theexisting MUX bucket and thereby minimize aerodynamic loads transferred to the rotor hub.The camera should be light in order to minimize inertial loads imposed on the rotor hub.Minimum requirements:1. Stand alone image acquisition (without PC control).2. Minimum frame size 640 x 480 at 8-bit depth, monochrome.3. Minimum frame rate of 300Hz.4. Minimum camera memory of 25.2GB (DRAM or non-volatile memory).5. Fast data transfer from DRAM to any non-volatile memory (if present).6. Small --- maximum camera size = 4 x 4 x 8 inches (w/o lens).7. Lightweight --- maximum camera weight = 5lb (w/o lens).8. Externally triggered.9. Capable of operating in harsh environment.This procurement is a total small business set-aside. See Note 1. The North AmericanIndustry Classification System (NAICS) Code and the small business size standard for thisprocurement are 443130 (Camera and Photographic Supplies Stores) with a small businesssize of $7M, respectively. All responsible sources may submit an offer which shall beconsidered by the agency. Delivery to ARC is required on or before December 31, 2010.Delivery shall be FOB Destination. Selection and award will be made to the offeror whose offer will be most advantageous tothe Government, with consideration given to the following factors: technical (capabilityof the item offered to meet the agency need), price, and past performance. Other criticalrequirements: Delivery and Maintenance shall also be considered. It is critical thatofferors provide adequate detail to allow evaluation of their offer. (SEE FAR52.212-1(b)). Past performance shall include two (2) recent (last 3 years) relevantorders for the same or similar items and other references (including contract/ordernumbers, points of contact with telephone numbers and other relevant information). Offers for the items(s) described above are due by Wednesday, September 29, 2010, nolater than 12:00 PM Pacific Time, to the Contract Specialist, Rachel Jandron, via emailat Rachel.A.Jandron@nasa.gov, and must include: a firm fixed price for the requireditems, technical description, solicitation number, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml The provisions and clauses in the RFQ are those in effect through Federal AcquisitionCircular (FAC) 2005-43. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs(j) and (k) that require all offerors to have a DUNS number and current CCR registration.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin. Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. If the offeror has alreadyentered their representations and certifications at the Online Representations andCertifications Application (ORCA) at https://orca.bpn.gov/, offerors are only required tocomplete paragraph (b) of the provision. These representations and certifications will beincorporated by reference in any resultant contract. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified FAR clausesare incorporated by reference: 52.219-1, Small Business Program Representations, 52.219-6, Notice of Total SmallBusiness Set-Aside, 52.222-3, Convict Labor. 52.222-19, Child Labor - Cooperation withAuthorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26,Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities.52.222-50, Combating Trafficking in Persons. 52.225-13, Restrictions on Certain ForeignPurchases. 52.232-33, Payment by Electronic Funds Transfer- Central ContractorRegistration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach ofContract Claim. The following NFS clauses will also be incorporated into any resultant contract: NFS1852.223-72, Safety and Health (Short Form). NFS 1852.225-70, Export Licenses, (insertNASA Ames Research Center). NFS 1852.215-84, Ombudsman, (insert: Lewis Braxton, NASAAmes Research Center, M/S 200-9, Moffett Field, CA 94035-0001. NFS 1852.237-73, Releaseof Sensitive Information. All contractual and technical questions about this solicitation must be in writing(e-mail only) to: Rachel.A.Jandron@nasa.gov not later than Monday, September 27, 2010,12:30 PM Pacific Time. Telephone questions will not be accepted. Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10350008Q-RAJ/listing.html)
 
Record
SN02296311-W 20100926/100924235400-e20eec1d1ca5f7fb7bbb02371f230929 (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.