SOLICITATION NOTICE
70 -- NASA LaRC Phantom High Speed Cameras
- Notice Date
- 6/28/2022 12:35:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- NASA IT PROCUREMENT OFFICE Greenbelt MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80TECH22Q0021
- Response Due
- 7/7/2022 9:00:00 AM
- Archive Date
- 07/07/2022
- Point of Contact
- Michelle Downs, Andrea Ross
- E-Mail Address
-
michelle.m.downs@nasa.gov, andrea.mt.ross@nasa.gov
(michelle.m.downs@nasa.gov, andrea.mt.ross@nasa.gov)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 80TECH22Q0021 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05.� The associated NAICS code is 333316 (Digital cameras manufacturing).� This acquisition is for the following Contract Line-Item Number (CLIN) identified below:� CLIN 0001 Phantom TMX-7510.� Specifications: See attached Attachment A: Statement of Work document.� The National Aeronautics and Space Administration (NASA) Langley Research Center Advanced Measurement and Data Systems Branch require a commercially available ultra-high-speed camera for optical and laser-based diagnostics of high-speed flows.� The specifications shall meet the following requirements:� High-speed camera with 1280-by-800-pixel resolution at 76,000 frames per second, with a back-side illuminated sensor for high sensitivity. ?� The camera shall use an un-intensified, monochrome, 12-bit sensor.� The camera shall be capable of acquiring image sequences at a frame rate of at least 76,000 frames per second while using at least a 1-megapixel active area on the sensor.� The camera shall be capable of a frame rate of at least 1.75 million frames per second when using an active area of at least 40,000 pixels on the sensor.� The individual pixels on the sensor shall have square dimension of at most 18.5 ?m by 18.5 ?m with an ISO rating (ISO SSAT 12232 Standard) equal to at least 40,000.� The camera shall have a minimum exposure setting of less than 100 ns.� The camera shall have a minimum interframe time of less that 300 ns.� The camera shall have at least 256 GB of on-board memory with a separate removable 2 TB non-volatile memory drive that will be used to store the full 256 GB of image data from the on-board memory.� Data transfer to an external computer shall be provided by a high-speed 10 Gb ethernet interface.� This camera shall be compatible with other Phantom cameras already owned by Langley for high-speed stereoscopic or tomographic flow visualization experiments and must have compatibility with Phantom camera controlling software.� The equipment needs to be shipped to Phantom Cameras, 4 South Marvin Street (Bldg. 1206), NASA Langley Research Center, Hampton, VA 23681-2199. The Government anticipates award of a Firm Fixed Price contract.� Quoters responding to this announcement shall submit their quote in accordance with Enclosure 2: FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). All responses shall be submitted electronically to michelle.m.downs@nasa.gov and cc: Andrea.mt.ross@nasa.gov .�� The basis for the award is the lowest price technically acceptable (LPTA).? LPTA means the best value is expected to result from the selection of the technically acceptable proposal with the lowest evaluated price.? Pursuant to FAR 52.212-2, the criteria for evaluation are (1) Technical Specifications and (2) Price.? The lowest-priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified and the earliest delivery date.? If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.? This will continue until the lowest-priced quote is determined technically acceptable.? Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.? If found responsible, evaluations will be closed, and the award will be made.?� ?� The Offeror shall comply with FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services Found in Enclosure 2.?� ?� The Offeror shall comply with FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services found in Enclosure 1.?� ?� The Offeror shall comply with FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services found in Enclosure 1.?� INSPECTON AND ACCEPTANCE TERMS:? Supplies will be inspected by the Technical Point of Contact and accepted at the destination.? Delivery is requested no later than August 5, 2022.?� ?� The applicable provisions and clauses that apply to this acquisition are included in the attached solicitation document.?� ?� To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).? A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.? NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.? All invoices shall be submitted electronically via the Invoice Processing Platform (IPP).� Quotes must be received no later than 12:00 PM Eastern Daylight Time on July 7, 2022.?� ?� Questions regarding this combined synopsis/solicitation are due no later than 12:00 PM Eastern Daylight Time June 29, 2022.? Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.?�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d010fe0ffd6a4c41bef32afa9ed0e469/view)
- Place of Performance
- Address: Hampton, VA 23681, USA
- Zip Code: 23681
- Country: USA
- Zip Code: 23681
- Record
- SN06372180-F 20220630/220628230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |