SOLICITATION NOTICE
66 -- Monochrome High-Speed Camera
- Notice Date
- 8/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-11-RQ-0507
- Archive Date
- 9/6/2011
- Point of Contact
- Andrea A Parekh, Phone: (301)975-6984, Cheryl Rice, Phone: 3019753696
- E-Mail Address
-
andrea.parekh@nist.gov, cheryl.rice@nist.gov
(andrea.parekh@nist.gov, cheryl.rice@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Andrea Parekh, Contract Specialist, with copy to Cheryl Rice, Contracting Officer (Cheryl.rice@nist.gov). Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***The National Institute of Standards and Technology is seeking to purchase a Monochrome High-Speed Camera with Hardware and Software for Control and Image Acquisition. I. BACKGROUND The National Institute of Standards and Technology's (NIST's) Polymers Division is in the market to buy a high speed camera. Primary use of this camera is in the Microrheometry project (in the Polymers Division, Complex Fluids Group) for a new effort in protein microviscometry and an improved interfacial rheology method. ****All interested Contractor's shall provide a quote for the following: Line Item 0001: Quantity One (1) Monochrome High-Speed Camera with Hardware and Software. The systems must meet or exceed all of the minimum specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. The system must meet or exceed the following minimum technical specifications: 1. Image size (resolution)- The minimum acceptable number of pixels is 1000 x 1000. Stronger consideration shall be given if the resolution is greater than specification in at least one dimension. 2. Selectable smaller image size (resolution) must be available. The resolution in each dimension must be adjustable in increments of approximately 1% of the full frame. 3. Frame rate- Adjustable from 50 fps up to a resolution-dependent frame rate limit. Stronger consideration shall be given if faster frame rates. 4. The minimum acceptable frame rate limit at 1000 x 1000 resolution is 2000 fps. Stronger consideration shall be given if faster frame rates. 5. The minimum acceptable frame rate limit at 512 x 512 and 640 x 480 resolutions is 4000 fps. Stronger consideration shall be given if faster frame rates. 6. Continuous live imaging (within control software and through LabVIEW or equivalent interface) must be at a rate of at least 25 fps. If an additional frame-grabber card is necessary for such live imaging, it must be supplied by the Contractor. 7. The exposure time must be adjustable in geometric increments in a range between a minimum and a maximum. Minimum exposure must be no more than 2 microsecond. At each chosen frame rate, the maximum selectable exposure time must be the time interval between images minus an overhead of no more than 2 microseconds. 8. The pixel must be square with the edge of the square not less than 13 micrometers and not more than 22 micrometers, for suitability with our current microscope optics. 9. The image must be monochrome. 10. The ISO rating of light sensitivity divided by the pixel edge length squared must be no less than 40 (per micrometer squared). Stronger consideration shall be given for highest image sensitivity, as defined by this specification. For example, an ISO rating of 20,000/(20 micrometers * 20 micrometers) = 50 (per micrometer squared). 11. The image memory on camera must be at least 1.25 GB. 12. Selectable bit level of images required: 8 and 10 bits / pixel. Monochrome image. 10 bit images must be output in 16 bit format and output in 8 bit format must be with arbitrary selection of the bit range. 13. The minimum acceptable data transfer rate to the computer (via USB2, Ethernet, Firewire 1394b, or CameraLink) is 60 MB/s. Stronger consideration shall be given for fastest data transfer. 14. Continuous live imaging (at least 25 fps) during acquisition setup and record. 15. Selectable and programmable acquisition and triggering: must include single trigger, multi-trigger, and image-event trigger. Must accept user's choice of software trigger or TTL voltage signal trigger. 16. Adjustment of time differential between the trigger and the start of acquisition of the image sequence: start of acquisition can proceed (from memory), be coincident with or be delayed from the trigger. 17. Time advance or delay up to 1 s. 18. All adjustable settings of the camera must be accessible and controllable via LabVIEW software, or software functions callable from LabVIEW. Drivers for this purpose must be provided. 19. The camera must have either a C or F mount that allows illumination and use of the full 1000 x 1000 image size. 20. Installation- The system shall be installed by the Contractor and meet contract specifications no later than 30 days after delivery. Installation, at a minimum, shall include uncrating/un-packaging of all equipment, set-up and hook-up of the system, demonstration of all specifications, validation, testing and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. 21. Training- The contractor shall conduct one (1) training session during installation at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation. 22. Acceptance testing- Acceptance testing shall be completed, by NIST, upon completion of installation. In addition to the standard inspection and acceptance, high speed imaging (5000 fps) of 200 nm sized fluorescent polystyrene particles in suspension, with sufficient sensitivity to discriminate between single particles and aggregates of several particles will also be tested. In addition, black background correction, gain and contrast must yield images of isolated particles that are circularly symmetric will be tested. ***The Contractor shall provide a minimum one (1) year warranty on all components. The Contractor shall be responsible for the system during transit. All costs including parts, labor, travel, and other expenses necessary to repair any machine equipment will be borne solely by the contractor at no additional cost to the U.S. Government. *** ***Delivery shall be provided not later than 120 days after receipt of an order. Delivery shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers a firm fixed price and is the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. Stronger Consideration will be given to the offeror that can exceed the following minimum specifications: a) Specification 1. - Stronger consideration shall be given if the resolution is greater than specification in at least one dimension. b) Specifications 3, 4 & 5. - Stronger consideration shall be given if faster frame rates. c) Specifications 10 & 22. - Stronger consideration shall be given for highest image sensitivity, as defined by this specification. d) Specification 18. - Stronger consideration shall be given if LabVIEW drivers for all camera functions are provided e) Specification 13. - Stronger consideration shall be given for fastest data transfer. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided within the past 3 years. Price: The Government will evaluate price for reasonableness. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) The offeror shall provide past performance information regarding up to three (3) representative relevant contracts/orders within the past 3 years with federal, state or local governments, universities and commercial customers. The information should describe contracts of a similar type and scope as the current requirement. If the offer intends to use another firm for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance it should include a statement to that effect in its proposal. The government reserves the right to consider data obtained from sources other than those described by the offeror in its proposal. For each of the above listed contracts/orders, the offeror shall provide the following information: • Contract Number/PO Number; • Description and relevance to solicitation requirements; • Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; • Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. • Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; • Contract Performance - A brief summary of performance provided; The offeror shall include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. ***All quotes shall be received not later than 3:00 PM local time, on August 22, 2011, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Andrea Parekh, Contract Specialist on 301-975-6984. ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0507/listing.html)
- Record
- SN02523904-W 20110807/110805235204-a377b647abbce21a23f5adf54bb066bd (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 |