Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

67 -- High-Speed Camera System

Notice Date
5/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
 
ZIP Code
39529
 
Solicitation Number
NNX17623297Q
 
Archive Date
5/19/2017
 
Point of Contact
Lance S Neumaster, , Karen Artis,
 
E-Mail Address
lance.s.neumaster@nasa.gov, Karen.L.Artis@nasa.gov
(lance.s.neumaster@nasa.gov, Karen.L.Artis@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: NNX17623297Q NASA/NSSC has a requirement for a High-Speed Camera System. NASA/NSSC intends to issue a sole source contract to NIT Americas Incorporated / DBA nac Image Technology, 543 Country Club Dr, Ste. B-534, Simi Valley, CA 93065-0637 USA, under the authority of FAR 13.106-1(b)(1)(i). It has been determined that NIT Americas Incorporated / DBA nac Image Technology is the sole provider of: High-Speed Camera System required specifications are: •Overall footprint, including any battery or auxiliary equipment but not including lens, within a cube of 4.5" L x 4.5" W x 3" T •Ability to be powered by on-board battery pack for a stand-by duration of at least one hour and operational duration of at least five minutes •Ability to be triggered wirelessly using a wireless remote trigger at a distance of at least 100 ft •Hi-G rated for at least 50G, 3-axis •Monochrome sensor •Maximum resolution of 640x480 •Frame rate at maximum resolution of at least 8000 fps •Sensitivity of at least 25,000 ISO •At least 8GB onboard storage •C-Mount 2/3" lens mount It is required that the cameras be small in size, battery-powered for a sufficient duration, able to be wirelessly triggered, and able to handle the rotational forces of the rotary-wing aircraft environment. The cameras shall also be sensitive enough to be able to capture an image in a less than ideal lighting environment. The specifications provided are due to the small available space for mounting two cameras, the environmental forces that will be acting on the cameras during rotary-wing aircraft rotation, the poor lighting conditions in the test environment, and the desired capture rate of images based on obtaining an image per one degree of rotor rotation at the nominal rotational speed (around 1150 rpm). The fully wireless specification (battery, wireless trigger and sufficient onboard storage) is required in order to remove the complexity and cost of running cables from the non-rotating frame through a rotating slip ring to the rotational frame of the hub. NASA/NSSC will be the procuring center for this effort. Performance will be located at NASA/ Langley Research Center (LARC). The Government intends to acquire commercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12 and FAR Part 13. The NAICS Code for this procurement is 333316 Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 09:30 a.m. Central Standard Time on May 4, 2017. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Primary Point of Contact: Lance Neumaster Procurement Specialist lance.s.neumaster@nasa.gov Secondary Point of Contact: Karen Artis Contracting Officer karen.l.artis@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df0c2bb212c0a673683b5852ff4d3172)
 
Place of Performance
Address: NASA Langley Research Center, BLDG 1206, Hampton, Virginia, 23681-2199, United States
Zip Code: 23681-2199
 
Record
SN04491766-W 20170503/170501235359-df0c2bb212c0a673683b5852ff4d3172 (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.