|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1999 PSA#2288Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W.,
Washington, D.C. 20375-5326 66 -- PARTICLE IMAGE VELOCIMETRY SYSTEM SOL N00173-99-R-HA03 POC Hilda
R. Abdon, Contract Specialist, Code 3220.HA, (202) 767-0682, Wayne A.
Carrington, Contracting Officer E-MAIL: CLICK HERE,
ABDON@CONTRACTS.NRL.NAVY.MIL. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in Federal
Acquisition Regulation 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. This solicitation, N00173-99-R-HA03,
is a request for proposal (RFP). The Naval Research Laboratory (NRL)
has a requirement for a Particle Image Velocimetry (PIV) System. The
Naval Research Laboratory (Code 6185) requires a Particle Imaging
Velocimetry system to be used in flame inhibition and extinction
studies as part of NRL's research effort on halon alternatives. At a
minimum, the PIV System must be capable of making image velocity
measurements in an opposed jet flame with characteristic velocities up
to + 5 m/s including 0. Because of the flame emission, methods such as
optical filtering, and camera gating and/or anti-blooming protection
must be provided. A high sensitivity camera is required since (1) low
laser energy will be required in certain studies to minimize/eliminate
interference from unwanted photo-chemistry of the laser sheet, (2)
small diameter seed particles will have to used in some studies to
minimize effect on flame suppression, (3) low seed particle densities
will be required in certain studies to minimize effect on flame
suppression, and (4) camera will also be used to collect planar laser
induced fluorescence (PLIF) images. As part of the bid package, the
vendor is requested to provide: (1) velocity range, probe region
spatial resolution, and data collection rate for the system configured
to examine a region 2 cm x 2 cm; (2) the largest region that can be
realistically probed and the resulting spatial resolution and velocity
measurement dynamic range, (3) the overall system optical response
(including camera sensitivity and optical response, electronics, and
any required optics) at 532 nm versus that at 600 nm, 510 nm, and 430
nm; and (3) the camera response and sensitivity at 281 nm and 308 nm.
The incorporated provisions and clauses of this acquisition are those
in effect for Federal Acquisition Regulation (FAR) and Federal
Acquisition Circular 97-08 and DAC 91-13; and for Defense Federal
Acquisition Regulation Supplement (DFARS) through Defense Federal
Acquisition Regulation 91-11 and all DDP Departmental Letters through
98-021. The small business size standard for this acquisition is 100
and the SIC code is 5049. This acquisition is unrestricted. All
capabilities must be demonstrated during initial installation and
training, and will be reviewed prior to acceptance of the instrument.
1. SPECIFICATIONS: The contractor must certify that the offered
equipment meets or exceeds the following specifications. The Government
reserves the right to refuse any variance from the specifications. 1.0
System Description: 1.0.1 The contractor shall install and test a
Particle Imaging Velocimetry (PIV) system at NRL. The PIV system shall
consist at a minimum of the following subsystems: 1) light source and
light-sheet optics, 2) electronic imaging camera, 3) and laser timing
control, and data acquisition, analysis, and display hardware and
software. The PIV system must meet the requirements listed below. 1.1
Light Source and light sheet optics 1.1.1 The light source shall
consist of two independently controllable pulsed Nd+3/YAG lasers with
each laser capable of generating a minimum of 100 mJ at 532 nm with a
continuously variable pulse rate having a maximum frequency of no less
than 15 Hz. 1.1.2 The vendor must supply appropriate optics for
combining the two laser outputs into a single beam. 1.1.3 The vendor
shall supply optics capable of forming a light sheet having a spread
angle of 15 degrees with user control of the sheet thickness. 1.1.4 The
sheet-forming optics shall be easily removable and interchangeable with
other sheet-forming optics. 1.2 Electronic Imaging System 1.2.1 The
electronic camera must be a high sensitivity CCD camera. The camera
shall have at least 1000 pixels in each of the two dimensions of the
imaging plane. 1.2.2 The collection lens(es) must be suitable for
imaging a range of measurement areas (must be specified in bid by
vendor) of laser-sheet areas but at a minimum must be able to image
regions as small as 2 cm x 2 cm to those as large as 10 cm x 10 cm.
Wavelength transmission > 70% through all of the optics in the near
uv (~ 300 nm) is required. Transmission at 300 nm must be specified.
1.2.3 Suitable optical filters, system gating or antiblooming feature
must be supplied in order to make velocity measurements possible in and
near the flame. Degree of background rejection must be specified.
Transmission of optical system at 532 nm, 600 nm, and 430 nm must be
specified. 1.2.4 The camera should have a means of reducing the nominal
room temperature dark count so that the camera has a practical dynamic
range (signal to noise) of 60 dB. 1.2.5 Camera must be capable of
acquiring Planar Laser Induced Fluorescence (PLIF) images. Camera
specifications and suitability for use to monitor PLIF must be stated.
1.3 Laser timing control, and data acquisition, analysis and display
hardware and software. 1.3.1 The laser timing controls must be
accessible by user software inputs. 1.3.2 All required software,
hardware, and connector cables for timing the flash lamps and
Q-switches for the two lasers must be supplied. 1.3.3 The electronic
camera must be capable of recording two independent sequential images
for subsequent cross-correlation PIV analysis with time separations
variable from 4 microseconds to 0.067 seconds. 1.3.4 The data
acquisition system for capturing the PIV images from the electronic
camera shall be capable of acquiring and storing on hard disk or other
storage media a minimum of thirty-two PIV images recorded sequentially
at the maximum spatial resolution of the camera and data acquisition
system. Rates and spatial resolution must be specified. 1.3.5 Data
analysis software 1.3.5.1 The vendor shall supply appropriate data
analysis software for computing velocity fields from PIV images.
1.3.5.2 The data analysis software shall be capable of calculating
velocity vectors from two independent images (cross-correlation) as
well as single images containing double exposures of the PIV field
(auto-correlation). 1.3.5.3 The data analysis software must allow
digitized images as large as 4000 x 4000 pixels to be downloaded from
an external source and analyzed. 1.3.6 Data analysis system 1.3.6.1 The
data analysis system shall be capable of utilizing variable number of
pixel combinations (i.e. sub-regions of 2 x 2, 4 x 4, 8 x 8, 16 x 16,
32 x 32, 64 x 64, and 128 x 128 pixels) to full pixel resolution in
order to determine local flow velocities. 1.3.6.2 The data analysis
system shall be able to calculate velocity vectors for the variable
sized overlapping sub-regions having a maximum overlap of the
sub-regions of 50%. 1.3.6.3 System resolution must be at least 12 bit.
1.3.6.4 At maximum camera sensitivity, the camera/analysis system must
becapable of collecting data at a rate of at least 18 Hz using 2 x 2
binning and up to 9 Hz with no binning. 1.3.6.5 All pertinent analysis
parameters shall be under user control through appropriate software
inputs. 1.3.6.6 The analysis system shall provide for validation of
calculated velocity vectors and implement algorithms for correcting
apparent errors. Parameters required for these algorithms shall be
under user control through appropriate software inputs. 1.3.7 Graphical
Interface 1.3.7.1 The vendor shall provide appropriate graphical
interfaces for displaying calculated velocity information including,
but not limited to, vector plots and contours. 1.3.7.2 Software shall
be provided which is capable of calculating, displaying, and saving
typical field values such as strain rate, vorticity, and flow
streamlines which are derivable from velocity fields. 1.3.7.3 The
software shall allow for the calculation, graphical display, and
storage of averages of field values for multiple field values. 1.3.8
Data Acquisition System 1.3.8.1 The vendor shall provide the personal
computer(s) and necessary interfaces which are required for the PIV
system. The personal computer(s) to be utilized and its specifications
should be included as part of the proposal. At a minimum, it should be
at least a Pentium ll, 400 MHz or equivalent, with at least 96 MB of
memory, internal zip drive, and at least 12 GB disk storage. All system
software must be fully tested on this computer before delivery. 1.4 At
a minimum, successful velocity determination must be demonstrated on
a test region of 2 centimeter by 2 centimeter at a distance of at least
30 centimeters from the closest optical element or support piece. The
test region will contain a laboratory flame approximately 1 cm wide by
0.4 cm thick. Spatial resolution (including consideration of
diffraction, blooming, pixel size, optical magnification, flowfield
velocity range, and total image area) for this test case must be <
100 microns. 1.5 Technical proposals submitted in response to this
solicitation should include specifications for all components
(including laser, optics, and camera) with sufficient detail to allow
a valid assessment by the NRL Technical Representative(s) as to the
degree to which the proposed PIV system meets each of the above
specifications. 2.0 Installation and Testing: 2.1.1 The price of the
system must include installation and testing at NRL by the contractor.
The tests must include, but are not limited to, a demonstration that
the system is in compliance with specifications in 1.3.3, 1.3.4,
1.3.5.3, 1.3.6.4, and 1.4. 2.1.2 Installation and testing must be
performed within 30 days of receipt of the equipment at NRL. 2.1.3
Final acceptance is contingent upon 30 hours (6 hours per day for 5
consecutive days) of rated performance with no malfunctions of an
electrical, optical, or software nature. If a malfunction occurs, the
acceptance procedure will be repeated (i.e. start at zero hours) after
the repair has been made. 2.1.4 Training: The contractor must provide
instruction to two NRL personnel designated by the COR in the
operation, alignment, maintenance, and troubleshooting of the laser
system. The instruction shall take place within 30 days of the receipt
of the equipment at NRL unless otherwise agreed upon by the COR. The
instruction can, but need not necessarily, be performed in conjunction
with the system installation and testing described in part 2.1.2. The
duration of the training shall be at the discretion of the COR, but
shall not exceed two days. 3.0 Documentation 3.1.1 The contractor shall
provide written documentation (specifically at lease one copy of the
user's manual(s) or equivalent for the laser, camera, and PIV hardware
and software) giving appropriate descriptions of the PIV system and
instructions on the setup, operation, alignment, maintenance, and
troubleshooting of the laser system and any software included with the
system. 3.1.2 The documentation must allow a typical operator to
understand the behavior and limitations of the system and to operate
the system in an optimal manner. 3.1.3 One copy of the documentation is
required, and must be received at NRL with the system hardware, unless
other arrangements are agreed to by the COR. 4.0 Warranties 4.1 All
hardware (laser, camera, data acquisition/analysis system) must include
the contractor's standard warranty offered on commercial sales. The
contractor must offer the government at least the same warranty terms
as offered in its standard commercial contracts against defects in
materials and workmanship for a period of one year from the date of the
completion of installation. 5.0 Acceptance 5.1 Final acceptance is
contingent upon 30 hours (6 hours per day for 5 consecutive days) of
rated performance with no malfunctions of an electrical, optical, or
software nature. If a malfunction occurs, the acceptance procedure will
be repeated (i.e. start at zero hours) after the repair has been made.
Delivery and acceptance is the Naval Research Laboratory, 4555
Overlook Ave. S.W. Washington,DC 20375-5326, FOB Destination, no later
than 4 months from date of award. The FAR and DFAR provisions and
clauses sited herein are incorporated by reference into this
solicitation. Offerors are advised to propose in accordance with the
provision at FAR 52.212-1, Instructions to Offerors-Commercial Items.
The proposal must demonstrate an understanding of all requirements
covered in the RFP's terms and conditions. General statements that the
offer can or will comply with the requirements, that standard
procedures will be used, that well known techniques will be used, or
paraphrases the RFP's Specifications in whole or in part will not
constitute compliance with these requirements concerning the content of
the technical proposal. Offerors will be evaluated in accordance with
FAR 52.212-2, Evaluation-Commercial Items. The specific evaluation
criteria under paragraph (a) of FAR 52.212-2 is: (1) price (2)
technical capability of the item offered to meet NRL's need (3) past
performance. Technical and past performance combined, are of equal
importance compared to price. Offerors are advised to include with
their offer a completed copy of the following provisions: FAR 52.212-3,
Offeror Representations and Certifications-Commercial Items and DFARS
252.225-7001, Buy American Act and Balance of Payments Program (41
U.S.C. 10 a-a0d, E.O. 10582). The following FAR clauses apply to this
acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial
items, FAR 52.212-5, Contract Term and Conditions Required to Implement
Statutes of Executive Orders-Commercial Items. The additional clauses
that are applicable to this acquisition are FAR 52.203-6, FAR 52.219-4,
FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR
52.222-37, and FAR 52.225-3. The clauses at DFARS 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes Applicable
to Defense Acquisitions of Commercial Items, applies to this
acquisition. The additional clauses cited applicable to this
acquisition are DFARS 252.204-7004, DFARS 252.225-7007, DFARS
252.225-7012, DFARS 252.225-7036 and DFARS 252.232-7009. Any contract
awarded as a result of this solicitation will be a DO rated order
certified for national use under the Defense Priorities and Allocations
System (DPAS) (15CFR 700). Any questions generated, as a result of this
solicitation must be received no later than 15 days before the closing
date. Original and two (2) copies of the Offerors proposal must be
delivered to Contract Officer, Code 3220, Bldg. 222, Rm. 115A, Naval
Research Laboratory, Code 3220:HA, 4555 Overlook Ave. S.W. Washington,
DC 20375-5326, and received no later than 4:00 p.m. E.S.T. on 23 MAR
1999. The package should be marked RFP N00173-99-R-HA03 Closing Date:
23 MAR 1999. For more information regarding this solicitation contact
Hilda R. Abdon, Contract Specialist at (202) 767-0682. All responsible
sources may submit a proposal, which shall be considered by the
agency. Synopsis number HA03. Posted 02/19/99 (W-SN300289). (0050) Loren Data Corp. http://www.ld.com (SYN# 0325 19990223\66-0006.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|