Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,2000 PSA#2613

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

66 -- PORTABLE VIDEO BORESCOPE INSPECTION SYSTEM SOL 1-075-RFX.1006 DUE 053100 POC Evangeline G. Poulson, Purchasing Agent, Phone (757) 864-2433, Fax (757) 864-6131, Email E.G.POULSON@larc.nasa.gov -- Susan E. McClain, Contracting Officer, Phone (757) 864-8687, Fax (757) 864-8863, Email s.e.mcclain@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). One (1) each of a portable video borescope inspection system with the following specifications. Video borescope systems are used for nondestructive inspections of equipment. The video borescope will be used with the control & monitor unit to visually inspect the inside of inaccessible objects such as aircraft, hollow structures, machinery, castings, tubing, etc. A distal focus control is mandatory for high-resolution images. Equipment. The video borescope inspection system, as described below, shall be provided. A complete system with all items required for use shall be provided. Components. The video borescope inspection system shall consist of the following items: Item #1 Insertion Tube with Control Head 1. Borescope with a 11mm /0.44" Outer Diameter by 3 meter/9.86 foot useful working length. 2. Video Sensor shall be a CCD, Color Chip with 440,000 pixels. 3. Video Format shall be NTSC 4. Distal focus shall be controlled remotely from the control body 5. Tip articulation shall be four-way with 120 degree up/down & 90 degree left/right operated from the control body 6. Standard supplied viewing head shall be direct viewing with 50 degree field of view 7. The insertion tube shall be sealed and waterproof with a stainless steel outer braid 8. There shall be an integrated fiber-optic bundle to provide illumination Item #2 Control And Monitor Unit 1. Camera control system shall be set for automatic operation. 2. Fiber-optic illumination source with 150 watts of illumination and I/R filter shall be included. 3. The unit shall include a color monitor with a minimum 5.6-inch diagonal LCD display and resolution of 960 X 234 pixels. Item #3 Recording /Output Capability 1. Shall be NTSC Video Signal Compatible device 2. Shall have a 2.5 inch Color Active Matrix Monitor 3. Shall include a removable 3.5 inch Floppy Storage Media (fast access) 4. Shall include a compact detachable CCD Video Camera with 1/4 inch 270K pixel count 5. Shall include a Dye-Sublimation Printer with 5.5 x 23.9 inch size and 300 dpi resolution 6. Shall include a Printer Auto-Paper feeder and 500 sheets of paper Item #4 Included Insertion Tube Accessories 1. Direct Viewing Head with Wide Angle (80 degree field) 2. Direct Viewing Head with Telephoto (25 degree field) 3. Right Angle (Lateral) Viewing Head (60 degree field) Item #5 Instrument Case 1. Shall house Items 1, 2 and 4 of the above components 2. Shall be useable as a storage and shipping container 3. Shall have compartments to house individual items 4. The size shall not exceed 15 inches high X 27 inches wide X 36 inches long. 5. Total case weight shall not exceed 50 pounds. Operation and Maintenance Manual. One copy of the commercial operation and maintenance manual shall be shipped with the instrument. Warranty. The items shall be supplied with the commercial warranty or a one-year warranty on parts and labor, whichever is longer. There shall be no additional cost for the required warranty. Information on warranty duration, conditions and point of contact shall be shipped with the equipment. The provisions and clauses in the RFQ are those in effect through FAC 97-17. 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 3827 and 500 employees, 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 to NASA LaRC is required within 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 May 31, 2000 and may be mailed or faxed to E. Gale Poulson, NASA LaRC, MS/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), 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. 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: 52.214-34,2.214-35,1852.215-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference.52.222-3,52.233-3, 52.232-34, 52.222-21, 52.222-35, 52.222.36, 52.222-37, 52.225-13, 52.222-26, 52.225-3, ALT 1. 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 5/26/00. 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). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 05/31/00 (D-SN460236). (0152)

Loren Data Corp. http://www.ld.com (SYN# 0244 20000602\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page