SOLICITATION NOTICE
J -- ARAMIS 5 MEGAPIXEL SENSOR AND SENSOR CONTROLLER
- Notice Date
- 7/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11397172Q
- Response Due
- 7/26/2011
- Archive Date
- 7/22/2012
- Point of Contact
- Garnette A Dutton, Buyer, Phone 216-433-2828, Fax 216-433-5489, Email Garnette.A.Dutton@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Garnette A Dutton
(Garnette.A.Dutton@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 one (1) ARAMIS 5Megapixel Sensor and Sensor Controller. Specifications are as follows:1.Sensor shall be fully capable of interfacing with ARAMIS- Version 6 AnalysisSoftware.2.Cameras shall be capable of up to 15 frames per second.3.Cameras shall be high resolution - CCD with 5 mega pixel resolution.4.System shall include a tripod and pan-tilt head.5.The sensor shall connect directly to the Ballistics Lab rack computer.6.The system shall have fully integrated camera control.7.System shall include two noise immune digital camera cables.8.Sensor controller shall have a data logger.9.The sensor controller shall have (8) analog inputs, with 12 bit sampling @ 48KHz, 9ranges, maximum +/- 10V.10.The sensor controller shall have a Photonic Trigger input 11.The sensor shall have a trigger signal output (trigger signal max. 95KHZ).12.The system shall have an advanced lighting capacity compatible with the CCD cameras. The provisions and clauses in the RFQ are those in effect through FAC _2005_-47. 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 333314/ 500respectively. The offeror shall state in their offer their size status for thisprocurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Rd, Cleveland OH 44135 isrequired within 4 weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:00 pm on July 27, 2011 to NASA GlennResearch Center, 21000 Brookpark Rd,Cleveland OH 44135 and must include, solicitationnumber, FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. 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. 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 Garnette A.Dutton and Dorothy Viancourt not later than July 25, 2011. Telephone questions will notbe 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/NNC11397172Q/listing.html)
- Record
- SN02508255-W 20110724/110723012707-2c5feb3acc00665d66f5feb568824510 (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 |