Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
SOURCES SOUGHT

67 -- Infrared Thermography System

Notice Date
7/8/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
AMDTC-15-0012
 
Point of Contact
Chantel Adams, Phone: 3019756338, Keith Bubar, Phone: 3019758329
 
E-Mail Address
chantel.adams@nist.gov, keith.bubar@nist.gov
(chantel.adams@nist.gov, keith.bubar@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response. This Notice is for planning purposes only and shall not be misunderstood as a Request for Proposal or a Request for Quotation or as an obligation on the part of The National Institute of Standards & Technology (NIST) for conducting a follow-on acquisition. NIST does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by NIST will arise as a result of submission of responses to this Notice and NIST use of such information. NIST recognizes that proprietary data may be part of this effort. If so, respondents are responsible for identifying proprietary components, interfaces and equipment, and clearly mark restricted or proprietary data and present it as an addendum to the non-restricted / non-proprietary information. In the absence of such identification, NIST will assume to have unlimited rights to all technical data in the information paper. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Section I - Sources Sought Information: 1. Synopsis: NIST is seeking information from commercial vendors that are capable of providing a thermal imaging system to record thermal images and to provide quantitative radiometric data and temperature measurements of electrical equipment such as cables, wires, current transformers, enclosures, cabinets, and circuit breakers. 2. Background: The Engineered Fire Safety Group, Fire Research Division, Engineering Laboratory at NIST studies fire phenomenon that affect fire safety in buildings and facilities. In order to study fire phenomena, it is necessary to record high resolution thermal images at high frame rates and store approximately 60 minutes of thermal video. The required system will be used to record thermal images and provide quantitative radiometric data and temperature measurements of electrical equipment such as cables, wires, current transformers, enclosures, cabinets, and circuit breakers. Due to the large temperature range between ambient temperature and fire phenomena, the required system needs to have a temperature range of at least -20 °C to 1500 °C. The thermal imaging system will be used to support the completion of tasks in support of the NIST/Nuclear Regulatory Commission (NRC) effort titled "Instrumentation Circuit Fire Risk Project". 3. Statement of Requirements: The system will be used to record thermal images and provide quantitative radiometric data and temperature measurements of electrical equipment such as cables, wires, current transformers, enclosures, cabinets, and circuit breakers. Due to the large temperature range between ambient temperature and fire phenomena, the system needs to have a temperature range of at least -20 °C to 1500 °C. The thermal imaging system shall be capable of operating without external cooling and shall consist of three (3) main parts: 1) Thermal Imaging Camera/Lens, 2) Image Data Acquisition/Image Analysis Software, and 3) A portable High Performance Laptop PC (to be supplied by NIST). The system shall record high resolution images at very high frame rates for extended periods of time. Analysis software is to be supplied by NIST to provide quantitative thermal data. Software shall also be able to analyze images from past experiments and work with other thermal imagers already owned by NIST. Due to the need for high precision/accuracy and a wide temperature range, the system shall be capable of automated superframing. The Infrared Thermography System shall meet or exceed the following specification: A. CAMERA REQUIREMENTS: o Camera Focal Plane Array Requirements: o 1024 pixel x 1024 pixel InSb detector with true 3-5um spectral response o 18um x 18um pixel pitch o 14 bit dynamic range o Greater than 99.5 operability (99.9% typical) o NEdT of 25mK or less o Supports integration time from 500nS to full frame time o 200 megapixel clock rate allowing 1024x1024 @ 125 frames/sec o Adjustable frame rates from 0.0015Hz to Full frame depending on window size o Asynchronous Integrate While Read or Asynchronous Integrate Then Read read-out modes o Adjustable Digital Gain and Offset to map linear portion of the FPA to the full range of the digital count values o Cooled by a linear cryo cooler with 7 minute cool down time o On-board memory for factory NUCs and calibrations i. Camera Input/Output Requirements: • Command & Control available by Gigabit Ethernet, USB, or RS-232 asynchronous serial port • Digital data available on Gigabit Ethernet and CameraLink Full simultaneously • Supports preset sequencing for Superframing or Dynamic Range Extension with 4 presets available on the camera head • Sync-In for triggering the camera to external devices - via BNC, software shall be compatible with recording triggered frames • IRIG-B built in camera head for time tagging of images or synchronizing to external events - via BNC • IRIG time-stamp latency has been verified to meet TSPI timing requirements of < +/- 50us • Sync-Out for triggering external devices to the camera - via BNC • Genlock for triggering the analog video - via BNC • Analog output with user-selectable text overlay and color palette - NTSC, PAL, S-Video, SVGA • HD-SDI video output with user-selectable text overlay and color palette ii. Optic Requirements: • Need Compatible "off the shelf" optics for current application and future capability. • 17mm, 25mm, 50mm, 100mm, 500mm fixed focal length • 50mm/250mm/500mm Triple Field of View Lens, f/4.0 • 50/500 Continuous Zoom lens, f/4.0 • 1 meter InSb lens assembly, 3.0-5.0 micron band pass f/4.0, Bayonet Mount Optical Interface • 25 mm InSb lens, 3.0-5.0 micron bandpass, f/4.0, bayonet mount optical interface shall be provided. Lens shall be calibrated for -20 °C to 1500 °C. A manufacturer demonstration lens carrying full warranty coverage is acceptable. iii. Camera Enclosure: • Weight 10lbs or less without lens • Size is 8.6" × 5.6" × 6.2" • Mounting ¼" - 20 threaded base plate • Semi - Sealed enclosure with integral forced air heat exchanger heat • -10 °C to +50 °C Operational environment B. SOFTWARE REQUIREMENTS: o Connecting the camera to a PC via the camera Gig-E digital port will provide analysis of fully temperature calibrated video using the software. o The software shall allow for the recording of static imagery or a collection of image sequences. o The software shall offer compatibility with the most common IR camera image formats:.img,.seq,.ptw,.sfimg (SAF),.sfmov (SAF), radiometric jpeg (Agema & FLIR);.tif (Inframetrics);.ana (FSI). Any software that cannot read and measure temperatures on all of these types of images is not acceptable since it will not allow us to use our archives of images. o The software shall be able to store images as IR images (.img,.tif etc.), standard windows bitmaps (.bmp), standard ASC II (comma separated values.csv) and sequences of images as sequence files (.seq) or as a series of bitmaps or as a.wmv movie. o Analysis Functions - Shall include multiple spotmeters, rectangles, circles, polygons, line profiles (straight and bendable), and isotherms o The temperature of each tool shall be displayed on the image and in a results table and shall update as the tool is moved around the image and as the sequence is played back. For area measurements the minimum, maximum, average and standard deviation of temperature should be displayed. o A profile of temperature should be graphed for each line and updated in real time o A histogram of temperature should be displayed for lines or area tools o Time vs. Temperature Plots - The software shall provide time vs. temperature plots for each tool. This plot shall be graphed and the data for the curve stored in a format that can be opened directly in MS Excel. o The software shall support acquisition to memory to allow for burst recording at the maximum frame rate of the camera as well as acquisition to disk for longer recording periods at slower frame rates. o The software shall be able to read out in degrees (C, F, K, R) or A/D counts. o The software shall support automatic gain control of linear, plateau equalization or dynamic detail enhancement and shall scale off entire image, manual selection, or selected region of interest. o The software shall have built in camera command and control for a variety of cameras including FLIR A, S and SC Series cameras. o The software shall have customizable workspaces with a "float and dock" type interface to tailor how plots and graphs are displayed per user preferences. o The software shall have the ability to use either factory or user generated calibration files. A built-in calibration and NUC wizard shall be included to step the user through PC-side NUC's and radiance/temperature calibrations. o The software shall be compatible with the camera's ambient drift compensation feature for repeatable accurate temperature measurements. o The software shall have the ability to generate self-viewing files i.e. it must export a copy of a movie sequence bundled with the application so that the data can be viewed by someone without the software. o SDK shall be available to allow control from custom software. o Compatible with FLIR Portable High Speed Data Recorder Full (pHSDR-Full) o Shall be able to capture data for up to ~60 minutes with zero dropped frames at the full frame rate and maximum window size of the camera o Shall provide the ability to view the digital image and perform analysis on the digital data in real-time while the data is being written to disk o Shall accept an external trigger to begin/control acquisition ========== NIST is seeking responses from all responsible sources, including large, and small businesses. NIST has not made a determination whether this will be a small business set-aside. The small business size standard for the applicable NAICS code of 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing- is 750 employees. Please include your company's size classification and socio-economic status in any response to this notice. After results of this market research are obtained and analyzed, NIST may conduct a competitive procurement and subsequently award a Purchase Order. If at least two qualified small businesses are identified during this market research stage, then it is anticipated that any competitive procurement that results from this notice will be conducted as a small business set-aside. Companies that can provide such services are requested to email a written response (see Section II - Responses defined below) describing their abilities to keith.bubar@nist.gov and chantel.adams@nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. A description of prior related experience to a Federal, State or Local Government customer(s). 4. A typical pricing structure to include any licenses, modules, or other options required to provide the requirements and whether the pricing structure and information may be used as a quote. 5. Estimated timeframe for installation, training, and fully operation status, if applicable. 6. Indication of whether products/services for which specifications are provided are currently on one or more GSA Federal Supply Schedule (FSS) contracts and, if so, the GSA FSS contract number(s). 7. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. Section II - Response Instructions: Each vendor shall submit written responses within the following framework: 1. Vendor profile/background information (Include DUNS number) a) Company Background i. Date incorporated, Size, Core Competencies ii. Litigations (pending or active) 2. Key Arrangements/Strategies/Prior Experience (Elaborate on each) a) Teaming Arrangements/Agreements (sub-contractor agreements to be utilized for a possible future NIST RFP submission) b) Prior project methodologies successfully utilized for supporting an agile, ‘out of the box', implementation approach. c) Prior experience. Highlight specific experience working within Federal Government space or State or local governments. Please provide reference contact details. Responses are limited to a total of twelve (12) pages. The responses must be in MS Word format. Pages shall be 8½-inch x 11-inch, using Times New Roman 11 Point Font. Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be evaluated) may be included in the 1" margin space. Please send responses via email to keith.bubar@nist.gov and chantel.adams@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMDTC-15-0012/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03788940-W 20150710/150708234823-4e63f04a74f4cc7b914a5632d3d05035 (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.