SOURCES SOUGHT
66 -- Imaging Spectrometer
- Notice Date
- 1/17/2014
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- BEP-RFI-14-0236
- Point of Contact
- Cynthia Spruill, , Gladys M. Wilks,
- E-Mail Address
-
cynthia.spruill@bep.gov, gladys.wilks@bep.gov
(cynthia.spruill@bep.gov, gladys.wilks@bep.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor, a promise to issue a solicitation in the future. The purpose of this Notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses (SDVOSB); 8(a) small businesses; veteran-owned small businesses (VOSB); woman-owned small businesses (WOSB); economically disadvantaged women-owned small businesses, (EDWOSB) or small disadvantaged businesses (SDB); and (3) their size classification relative to the North American Industry Classification System (NAICS) code for this potential requirement. The NAICS code for this Notice is 334513 with a size standard of 500. If a vendor feels that another NAICS code is more appropriate, please discuss that in your capability response. Responses to this Notice will assist the Government in determining the appropriate acquisition method, including whether or not a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this Notice. The Bureau of Engraving and Printing (BEP) has interest in, and is seeking small business vendors capable of providing a Hyperspectral Imager (HIS) with the following specifications: 1. Instrument shall be plug-and-play, incorporating all the components including illumination source(s), detection elements, optics, electronics, controls and software. 2. Instrument shall operate (and produce clear images and spectra) in the minimal wavelength range of 400 - 1600 nm, but extensions to this range at either end are desirable. 3. Instrument shall offer 5nm (or better) spectral resolution in the UV-VIS-VNIR ranges and 10nm (or better) in the remaining NIR range. Variable spectral sampling rate desirable. 4. Instrument shall scan the sample at a spatial resolution of 250dpi or better. Variable resolution scans desirable. 5. Instrument shall have a flat sample holder or compartment capable of holding a sample of approximately 70 x 170 mm security document or larger. The sample holder shall have provisions to position and hold samples in a repeatable, consistent manner. Instrument shall have a provision to scan calibration standards (reflectance and wavelength) 6. Imaging capabilities shall be such that an entire single image of a document described in #2 and #5 above can be acquired as well as smaller sub-sections of the document as desired. 7. The instrument shall be capable of scanning a document in reflection and transmission modes. While a simultaneous scan would be preferable, sequential scans after a user-friendly change in setup is acceptable. 8. Accommodation of larger samples (up to 820mm X 600mm) in reflection mode desired. Lower spatial resolution acceptable for these samples. 9. Instrument shall be configured to correct for aberrations (chromatic, keystone, smile) and incorporate order-sorting filters as needed. 10. Instrument shall be user friendly in operation and setup. 11. Spectral data for one or more pixels shall be user selectable and importable into MS Excel spreadsheet. The following are desired: user selectable ROI, automatic pattern recognition, spectral averaging, automated analysis of multiple similar samples. 12. Data acquired shall also be compatible with ENVI and HyperCube® 32-bit software for use in analysis. 13. Determination of various color space parameters including CIE = L*, a*, b* color values through the use of proprietary software or through a seamless interface with other commercially available software desired. The software must also be able to calculate a Color Difference (Delta-E). 14. Annual service contracts will be made available. Responses to this Notice should include the following: Interested parties may respond by providing product brochures, technical specifications including data on accuracy and repeatability of instrument, stray light rejection, description of how the hyperspectral images are obtained, user references, and an estimated cost. Please also include the DUNS number, organization name, address, point of contact, and size and socio-economic concern (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code The point of contacts for this Notice are Cynthia Spruill ( cynthia.spruill@bep.gov ) and Gladys Wilks ( gladys.wilks@bep.gov ), Office of Acquisitions, 14th & C Streets, S.W., Washington, DC 20228. Email responses to this Notice shall be sent to the attention of individuals listed above. Due date for responses are no later than 4:00 PM EST, February 3, 2014. As stated earlier, this is not a request for solicitation. Information obtained will be used for market analysis. This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The BEP will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). If so, respondents are solely responsible for properly marking and identifying such information within their response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFI-14-0236/listing.html)
- Record
- SN03270227-W 20140119/140117234058-190459e5816c39a76fb14e38162b7bcd (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 |