COMMERCE BUSINESS DAILY ISSUE OF JUNE 26, 2001 PSA #2880
SOLICITATIONS
67 -- THERMAL IMAGING SYSTEM
- Notice Date
- June 22, 2001
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- RFQ3-167069
- Response Due
- July 2, 2001
- Point of Contact
- Ronald L. Matthews, Contract Specialist, Phone (216) 433-2766, Fax (216) 433-2480, Email Ronald.L.Matthews@grc.nasa.gov
- E-Mail Address
- Ronald L. Matthews (Ronald.L.Matthews@grc.nasa.gov)
- Description
- 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). This procurement for a thermal wave imaging system shall be a brand name or equal purchase. The brand name is Thermal Wave Imaging (TWI), the model is the Echo Therm System. The salient features for the above equipment are as follows: Open Hardware Architecture: The system shall be capable of high frame rate (to 1 kHz) and large format (to 640 x 480) operation when used with appropriate cameras. It can be configured to acquire data from any camera capable of transmitting RS-422 digital data. Synchronized Acquisition Modes: The system shall be capable of triggering flash or other heat sources. It shall be capable of acquiring data in any of 4 acquisition modes: a. Normal: Data acquisition is initiated from the PC keyboard. b. Single shot: Acquisition is triggered by an external transistor-transistor-logic (TTL) pulse. c. Gated: Data is acquired any time a LOW TTL pulse is input. d. Synchronous: Data is acquired any time the edges of the input signal and a trigger TTL signal occur within a specified time interval. Calibrated Depth Measurement: The system shall allow calibrated measurement of the depth of a subsurface defect. Calibrated Measurement of Thermal Effusivity: The system shall allow calibrated measurement of the bulk thermal effusivity of a sample. Direct Annotation on Sample: The system shall allow detected subsurface defects to be projected directly onto the live image of the target for ease in marking the target. File Compression: The system shall be capable of saving continuous image data sequences with 50% (or greater) compression. Active X Automation Interface: The system shall provide a documented Active X Automation Interface so that system functions and data can be accessed by the user through Visual Basic, Microsoft Office, Labview, MatLab, C++ and many other programs to create custom programs and controls. Spatial-temporal image enhancement: The system shall be capable of displaying an individual image or the average of a series of up to 1000 consecutive images. The averages may be calculated for each pixel, or for an NxN kernel (up to 25 x 25) surrounding each pixel in order to provide spatial as well as temporal noise reduction. Image Operations: The system shall be capable of displaying the sum, difference or division between images or averaged groups of images. The time rate of change of a group of consecutive images may also be displayed. An instantaneous first or second time derivative image may also be displayed. Virtual Frame Rate: The system shall be capable of capturing every frame, or every nth frame, from the IR camera to effectively slow the frame rate down to 1 Hz. Up to 18 minutes of data may be captured. Multiple Sequence Analysis: The system shall be capable of storing up to 4 post-flash image sequences in RAM and comparing them on a frame by frame or through the pixel basis. Additional specifications are attached. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333315 and 500, 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 GRC is required within 60 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 7/2/01 and may be mailed or faxed to: NASA-GRC, Attn: Ronald L. Matthews, MS 500-306, 21000 Brookpark Road, Cleveland, OH 44135 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. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. 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 NASA Specific Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. 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=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s): Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ3-167069)
- Record
- Loren Data Corp. 20010626/67SOL001.HTM (D-173 SN50P7K7)
| 67 - Photographic Equipment Index
|
Issue Index |
Created on June 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|