Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1999 PSA#2288

Naval 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