Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1998 PSA#2109

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

67 -- VIDEO CAMERA SOL 3-101005 DUE 061598 POC Adele C. Szuhai, Purchasing Agent, Phone (216) 433-8784, Fax (216) 433-2480, Email Adele.C.Szuhai@lerc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#3-101005. E-MAIL: Adele C. Szuhai, Adele.C.Szuhai@lerc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Only the make and model specified will satisfy the Government's minimum requirements. VIDEO CAMERA SPECIFICATIONS: (2 EACH) Image Intensified CCD Video Camera -- C5909 Camera with 3.6 W Power Consumption, built in over light protection, adjustable CCD gain. Minimum illumination required is 4x10-5 Lux. 12 Volt Input Power, 0-38 Degree C Operating Temperature -- C Mount Lens.. ICCD Camera Head Spectral Response: 180 to 850 nm Luminus Sensitivity: 100 microA/m Radiant Sensitivity 430 nm: 56 mA/W 550 nm: 35 mA/W Quantum Efficiency at 400 nm: 17% Photocathode of image -- Window Material: Synthetic Silica Phosphor Screen of Image Intensifier; Material: P-43 Image Magnification of Image Intensifier: 1 CCD Transfer Method: Interline Transfer CCD Image Storage Method: Frame (or field) Effective number of CCD cells (HxW): 768 x 494 Effective imaging area of CCD: 12.8 x 9.6 mm Lens Mount: C-mount Flange Back: 17.526 mm Minimum Photocathode Illuminance: 4 x 10^(-5) lx Image Intensifier to CCD Coupling method: Fiber Optic Plate Coupling Limiting Resolution: 420 TV Lines Internal Synchronized Shuttering Time: 1 to 300 (manual selection for 6 modes) micosec External Shuttering Time Setting: TTL positive logic (1)microsecond to DC) Maximum shutter repitition (external control): 2 k Hz Shutter repetition limit: Protection LED will light above 2 kHz and the intensifier is turned off. CCD Gain: Adustable Knob Image distortion: 1% max Total gamma characteristic: 1.0 (selectable) Signal Output method: EIA standard Scanning Frequency Horizontal: 15.734 kHz +/- 1% Vertical: 59.94 Hz +/- 1% Scanning: 525 lines; 2:1 interlace Video Out: 1 Vpp, 75 ohms unbalanced External Synchronization Method: Internal/External (Auto selection by the input signal) External Synchronization Input: S, VS (SYNC Level: 0.3 Vpp) HD/VD(HD/VD level 2 to 5 Vpp) (Auto selection by the input signal) Allowable External Synchronized Frequency Deviation (against horizontal synchronized frequency): +/-1% Jitter (against horizontal syncronized frequency):+/-50 ns max Over-light Protection: Detection Method: Detected from average value of image signals Control Method: Controlling the microchannel plate voltage of the image intensifier Indication within protection range: Flashing red LED Indication out of protection range: Image intensifier is turned off, red LED lights up continuously. Delay time for protection circuit to function after the over-light: 100 ms Min Power: Power supply: 12 VDC (10.5 to 15 V) Power Consumption: 3.6 VA Operating temperature: 0 to 38 C Operating Humidity: RH 70 or below Storage temperature: -20 to 50 C Weight: 950 g Dimensions: 66(W) x 68(H) x 216.8(D) mm The provisions and clauses in the RFQ are those in effect through FAC 97-_3_. The SIC code and the small business size standard for this procurement are 3663 and 750, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact [or bid distribution office, by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). (0153)

Loren Data Corp. http://www.ld.com (SYN# 0288 19980604\67-0001.SOL)


67 - Photographic Equipment Index Page