Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

59 -- VIDEO EQUIPMENT

Notice Date
7/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423620 — Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11396831Q
 
Response Due
7/25/2011
 
Archive Date
7/13/2012
 
Point of Contact
Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-5489, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA Glenn Research Center has a requirement to expand the existing video systemcapabilities in our Plum Brook Facility. The following is a list of items needed alongwith the specifications. These items must be compatible with our existing equipment:1. Unitized PTZ Camera (quantity needed is 8 each): Dome camera equipped with a 30x Optical zoom lens and 10x digital zoom for a total zoomcapability up to 300x. Camera shall identify distant object and have intelligent featuresof auto image stabilizer to eliminate blurring if the camera is shaken, Scene changedetection alarms when lens is covered, spray painted, removed, defocused or camera angleis changed, Auto tracking function shall track moving objects and keep them centered inthe field of view. Day/Night operation shall be selected automatically. 2. Pressurized housing (quantity needed is 6 each): The housing shall be designed for Panasonics WV-CS954 unitized dome camera systems usedin current video system configuration. The housing shall be capable of withstanding atotal of 7 psi (48KPa) of nitrogen gas injected through a Schraeder valve located on topmachined aluminum plate. The lower dome portion shall be constructed of distortion-freeinjection molded polycarbonate and be 7.25'(185mm) in diameter. The dome shall be held inplace with minimum of (9) fasteners, and a safety cable shall be provided to hold thedome while servicing. The housing shall come standard with pendant mount.3. Clear dome for pressurized housing (quantity needed is 4 each): The housing shall be designed for the Panasonic WV-CS954 Unitized PTZ Camera systemexisting in current Video system configuration. The housing shall be a pendant mount. Theenclosure shall also be equipped with 24 VAC input blowers and thermostaticallycontrolled heaters. The housing shall be manufactured from a high-impact engineeredplastic, UV protected, with a UL flame rating of 94V0. The dome shall be made from aninjection molded, optically clear, polycarbonate blend material. Access to the enclosureshall be from below with (3) captive fasteners used to press the dome against a sealingO-ring. A twist-off feature shall allow for the final removal of the dome. On pendantmodels all incoming wires will enter the unit through the top of the housing. A 1' NPTquick-release coupling shall be provided at the top of the unit for ease of installationand quick removal of the unit. On wall mount models all incoming wires will enter throughthe back of the wall mount and run up into the housing. An access door located at thebottom of the wall mount shall allow for easy hook up of all incoming wire connections.The housing shall include a camera mounting bracket that integrates a heater, blower,video and power surge protector capable of clamping differential node voltage between240-300V and common mode voltage from 27-36V. The housing shall be powered with 24VAC(60Hz) and have a power consumption not to exceed 68W including Unitized Camera. Theblower shall draw 1.6W continuous power. The 50W heater shall turn on at 40F (5C) andturn off at 60F (15C). The housing shall support a temperature range of -40 to 120F(-40C to +50C).4. Loop Thru Cable for Panasonic Matrix System (quantity needed 6 each): The Through Cable shall be a CCTV loop-through cable designed for use with alreadyexisting Panasonic Matrix System.5. Pole Mount bracket W/o Straps (quantity needed 4 each):The Pole Mount bracket shall be constructed of aluminum, and works with the wall mountReady-To-Go dome housings. The adapter mounts to round poles with diameters between 3 to15. Both brackets shall have a protective powder coat finish. 6. Universal Camera Mount (quantity needed 4 each): The Universal Camera Mount shall be designed and engineered for standard body cameraswith a maximum camera and lens length of 8 and a maximum weight of 3 lbs. Bracket shallbe designed for use in wall mount applications or be quickly converted for ceilingmounting.7. Multimode Optical Fiber module transmitter and rack card receiver with reverse PTZControl (combined specification for transmitter and receiver) (quantities needed are 8each transmitters and 8 each receivers): The Multimode Optical fiber module transmitter shall transmit high-quality, simultaneousvideo with reverse Panasonic Control Protocol on one multimode optical fiber. Thesesystems shall require no field adjustments at installation or additional maintenancethereafter. These systems shall be designed to be used with Panasonic products.Diagnostic indicators shall provide a quick visual indication of system status. Theseproducts shall provide full function Bi-directional video, camera and PTZ control alongwith full contact closure and video genlock.8. Single channel multimode module transmitter and three channel multimode rack cardreceiver (combined specification for transmitter and receiver) (quantities needed are 6each transmitters and 2 each receivers):The Signal channel multimode module transmitter shall transmit one channel of highquality, FM video on one multimode optical fiber. Three channel multimode rack cardreceiver shall transmit three channels of high-quality, FM video on three multimodeoptical fibers. All units shall operate at 850 nm and shall be compatible across theseries. All units shall be designed to be completely transparent to all camera andmonitor manufacturers. The system shall require no field adjustments at installation oradditional maintenance thereafter. Diagnostic indicators shall provide a quick visualindication of system status. 9. Fiber Receiver Card Cage W/100W power supply (quantity needed 1 each): The Fiber receiver card cage shall be configured with already existing combination ofAmerican Fibertek products including transmitters, receivers or transceivers. The PSR-2100 W power supply shall feature a universal power input of 85 to 264 VAC with no switchselection requirement, high efficiency and current limiting.10. BLU-RAY/HDD Recorded (quantity needed 4 each):Professional Blu-ray disc recorder that ensures high-definition performance, shall becompatible with camcorders supporting AVCHD, HDV, and DV formats, be compatible withdual-layer 50GB Blu-ray discs, and store up to 24 hours of full high-definition images ona single disc, has authoring menu to enable discs to be created and be usedprofessionally for demonstrations. Blu-Ray disc recorder shall have digital interfacelike USB, SDHC and i.Link input terminal to enhance camcorder compatibility. The provisions and clauses in the RFQ are those in effect through FAC _2005_- 52(http://nais.nasa.gov/far/ ). This procurement is a total small business set-aside. See Note 1.The NAICS Code and the small business size standard for this procurement are 423620 and100 employees, respectively. The offeror shall state in their offer their size status forthis procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Plum Brook Station, 6100 Columbus Avenue, Sandusky, OH 44870.Deliveryshall be FOB Destination. Offers for the items(s) described above are due by close of business July 25, 2011, toAntoinette M. Niebieszczanski, NASA Glenn Research Center, 21000 Brookpark Road, MailStop 60-1, Cleveland, OH 44135 (antoinette.m.niebieszczanski@nasa.gov) and must include,solicitation number, FOB destination to this Center, 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 for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference.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. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to AntoinetteM. Niebieszczanski (antoinette.m.niebieszczanski@nasa.gov or fax 216-433-5489) not laterthan close of business July 20, 2011. Telephone questions will NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), 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. These representations andcertifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note 'B'. 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=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11396831Q/listing.html)
 
Record
SN02497384-W 20110715/110713235013-b547188fabaf35449c3819c5d60e734f (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.