Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2015 FBO #4964
SOURCES SOUGHT

66 -- SOURCES SOUGHT SYNOPSIS - SPECTRORADIOMETER

Notice Date
6/25/2015
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-15-T-SPECTRORADIOMETER
 
Response Due
7/16/2015
 
Archive Date
8/24/2015
 
Point of Contact
Bernadette Quevedo, 575-678-2981
 
E-Mail Address
MICC - White Sands Missile Range
(bernadette.t.quevedo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the purchase of a Spectroradiometer on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm fixed price contract to CI Systems, Inc. is for a Spectroradiometer. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Spectroradiometer Minimum Requirements: 1)General: The spectroradiometer must be suitable for remote target acquisition and analysis of spectral characteristics from distances between 10 meters to 10 kilometers. Instrument must be suitable for remote sensing. 2)Spectral range: Instrument must be able to collect all spectral regions between 400 - 14,000 nm. 3)Instrument must have the ability to collect in the visible and IR spectral regions simultaneously 4)Detector Spectral Resolution: less than 2% of the wavelength band 5)Spectral scan rate: greater than 20 scans per second at the highest spectral sensitivity 6)Field of view options: Telescopes must be configurable. Instrument must be interchangeable between 5-10 degrees field of view 7)Aiming and focus: Instrument must include an integrated CCD display 8)Must have the ability to be calibrated. Must have a linear radiance vs wavelength and radiance vs time response. 9)InSb detectors must be cooled with liquid nitrogen and Si/InGaAs detectors must be TE cooled to reduce noise. 10)Command Control and Remote Interface: Must have GUI software to control camera remotely over TCP/IP 11)Digital data must be collected through USB with simultaneous analog video through NTSC 12)Metadata must include time stamping of each spectral scan 13)Must have at least 14 bit dynamic range 14)Spectroradiometer must be able to house at least one bandpass filter. 15)Spectroradiometer must include acquisition and analysis software 16)Instrument must include mounting plate for use on a kinetic tracking mount (KTM) 17)Instrument must have the capability of importing IRIG-B timing with resolution of 1.0 msec. 18)Instrument must have remote triggering capability 19)Instrument must be able to operate in temperatures ranging from -30 to +40 degrees Celsius. It must be able to operate at all environmental humidity ranges. 20)Instrument operating, calibration and reduction procedures must be documented. 21)Instrument operation and analysis training must be included. 22)Instrument must be suitable for measuring atmospheric transmission, temperature, emissivity, reflectivity, radiance and radiant intensity as a function of wavelength within the specified spectral region. 23)Analysis must include rapid generation of radiance vs wavelength vs time data cubes This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 334515 with a size standard of 500 employees. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb423fd7ee157f119043dfafd991e31b)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03775961-W 20150627/150625235122-cb423fd7ee157f119043dfafd991e31b (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.