Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,2000 PSA#2538

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- STEREO PIV SYSTEM SOL 1-057-RBD.1037 DUE 022900 POC B. Terry Cobb, Contract Specialist, Phone (757) 864-2129, Fax (757) 864-9775, Email t.g.cobb@larc.nasa.gov -- Susan E. McClain, Contracting Officer, Phone (757) 864-8687, Fax (757) 864-8863, Email s.e.mcclain@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-057-RBD .1037. E-MAIL: B. Terry Cobb, t.g.cobb@larc.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). Digital Stereoscopi Particle Image Velocimetry 1 EA (PIV) system shall be brand name or equal to specifications of Integrated Design Tools,Inc. (IDT). The specifcations shall include: 1. Two Kodak ES1.0TH cameras with remote head, 1Kx1K pixels at 10bit resolution, 30Hz frame rate, operation in continuous, triggered, and double exposure modes. Controllable minimum pulse separation from 0.2 microsecond. (IDT-10TH) 2. Two motorized camera and lens-mount stages for Scheimpflug stereo imaging configuration. Scheimpflug angle of the stereoscopic camera system and camera focus shall be controlled through PIV software and computer. Stereoscopic cameras can be mounted on same side or opposite side of a wind tunnel test section. (IDT-M10S) 3. Stereo-PIV Controller (IDT-1000). Includes: (1) Two digital camera interfaces to PIV computer for the Kodak ES1.0 cameras. The digital interface card shall also work with Kodak ES4.0 cameras (at 2Kx2K-pixel resolution). (2) Yag Laser and digital camera timing controller provides synchronization triggers for Yag laser flashlamp and Q-switch firing, and digital camera trigger at arbitrary time delay separation. (3) Motor controller for camera/lens motor drives. (4) PCI computer interface and cables. 4. Stereo-PIV software (IDT-WinVu). Includes: (1) Stereo image acquisition and PIV image processing with multi-processor support. (2) Operation in two velocity components (in-plane) PIV mode and in three velocity components (in-plane and out-of-plane) Stereo-PIV mode. (3) Scheimpflug stereo image on-line calibration. (4) PIV data validation, high-resolution PIV algorithm and errorminimized derivative schemes. (5) TECPLOT data presentation package. (6) Operation manual and documentation. 5. 10m digital camera cables (IDT-C2) 6. Two Nikon Micro-Nikkor 60mm macro lenses. 7. Remote keyboard, mouse, and monitor links to allow system operation up to 300feet away (IDT-R). 8. Pentium-III Window NT computer with dual 500MHz or faster processors. Minimum PC configuration: 256MB RAM, 18 GB hard drive, and 21" monitor. 9. Installation and training. 10. One-year warranty and free software upgrade. The provisions and clauses in the RFQ are those in effect through FAC 97-15. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3826 and 500 employees. 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 to NASA/LaRC is required within approximately 30 days days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by February 29, 2000 and may be mailed or faxed to Ms. Terry Cobb, NASA/LARC, M/S 126, Hampton VA 23681; fax number 757-864-9775, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable),Cage Code, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. 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: 52.219-6, 52.223-3,52.247-35, 1852.215-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3,52.222-21, 52.222-26, 52.225-21, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than February 23, 2000. (E-mailed or faxed) 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 the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). For a complete evaluation please provide along with the quote, literature that explains how how the product meets NASA specifications. Posted 02/14/00 (D-SN425030). (0045)

Loren Data Corp. http://www.ld.com (SYN# 0235 20000216\66-0013.SOL)


66 - Instruments and Laboratory Equipment Index Page