SOLICITATION NOTICE
67 -- INFRARED CAMERA AND LENSES
- Notice Date
- 8/30/2012
- 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
- NNC12449084Q
- Response Due
- 9/13/2012
- Archive Date
- 8/30/2013
- Point of Contact
- Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
- E-Mail Address
-
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice 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; 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 Qty 1, FLIR A655sc ExaminIR PRO package, IR lens #T197915, IR lens #T197914 or 'equal'. If you are quoting an 'equal', please provide enough information for a technical evaluation that indicates to NASA that the 'equal' will meet the required specification for performance. The camera shall meet the following specifications: - Detector resolution of 640x480 pixel - 25 frames/sec or faster digital output via USB - High speed digital data output via Gigabit Ethernet to include the following speeds * 50 frames/sec at 640x480 * 100 frames/sec at 640x240 * 200 frames/sec at 640x120 - Noise Equivalent Temperature Difference (NEdT) of less than 50mK. - Calibrated temperature range of -20 C to at least 1427 C, but not more than 2000 C - Trigger/gating input on back of camera - 15, 25, and 45 field of view lenses. Optional lenses must be available to include wide angle and microscope. - Ambient Temperature Compensation - automatic internal compensation for ambient temperature changes. This is a critical benefit for accurate temperature measurement - especially when operating the camera outside or under varying temperature conditions. - Lens temperature measurement The temperature of the optic is a critical component in the temperature accuracy calculation. The camera monitors the temperature of the lens and includes it in the ambient temperature compensation calculations. - Auto Focus and Manual Focus Adjustment via software, Manual focus also available by hand. - Complete Remote Camera Control via software - Tripod Mounting on 3-sides (1/4-20 preferred) - 17 um Pixel Pitch Smaller pixel pitch enables higher pixel density which results in more pixels per area and greater temperature accuracy. - Environmental Rating covers operating temperature range of (0C to +50 C), storage temperature range (-40 C to +70 C), humidity range (10% to 95%), bumping (25G) and vibration (2G). - Compatible for use with LabView The software shall meet the following specifications: - Camera connection wizard for true plug n play compatibility - Recording to RAM or drive with the ability to do periodic recording (X frames every Y seconds or minutes) - display images while recording - ability to trim files down by reducing overall length or skipping frames - level and span control along with automatic gain control algorithms including linear, plateau equalization, and digital detail enhance (DDE) - ability to change emissivity on either a whole scene or region of interest (ROI) basis - emissivity calculator that can help determine emissivity of a ROI based on a contact temperature measurement - visual indicator of areas where the temperature calibration of the camera is being exceeded - allows for the flexibility of using the factory calibration or performing a custom user calibration - Self viewing files (SVF) Radiometric data can be viewed and analyzed without any separate software installed on the target computer - Compatibility with the cameras ambient drift compensation feature for repeatable accurate temperature measurements - Customizable Workspaces - The interface enables the user to tailor how plots and graphs are displayed per user preferences - Support for Multiple Data File Formats - The software supports a variety of data file formats including.img,.seq, radiometric jpeg (Agema & FLIR);.tif (Inframetrics);.ana (FSI);.tmw, tlw, tgw (Thermoteknix). It stores images as IR images (.img,.tif etc.), standard windows bitmaps (.bmp), Matlab (.mat), standard ASC II (comma separated values.csv) and sequences of images as sequence files (.seq) or as a series of bitmaps or as an.avi movie. The Government intends to acquire commercial items using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The provisions and clauses in the RFQ are those in effect through FAC 2005-60. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Oh 44135 is required within 60 days ARO. Offers for the items(s) described above are due by 4:30 pm EST on September 13, 2012 to Sandra Brickner (email: Sandra.a.brickner@nasa.gov), fax #216-433-2480 or NASA Glenn Research Center, Attn: Sandra Brickner, M/S 60/1, 21000 Brookpark Road, Cleveland, Oh 44135, and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, identification of any special commercial terms, and be signed by an authorized company 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 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 1852.209-73, 1852.215-84 Ombudsman. (NOV 2011), 1852.223-72 Safety and Health (Short Form). (APR 2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of Sensitive Information. (JUN 2005) FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Subcontractor Awards (AUG 2012) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). 52.209-10 Prohibition of Contracting with Inverted Domestic Corporatons, (MAY 2012), 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns, 52.219-28 Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)(E.O 13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 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 Sandra Brickner not later than September 10, 2012 COB. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: such as Delivery, shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and 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/NNC12449084Q/listing.html)
- Record
- SN02862255-W 20120901/120831000415-fcf41d2c98c3b532d93c1f66fa8480fc (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 |