Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29, 2001 PSA #2883
SOLICITATIONS

67 -- IR CAMERA COMMUNICATION SOFTWARE

Notice Date
June 27, 2001
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
ZIP Code
94035-1000
Solicitation Number
RFQ2-38016
Response Due
July 13, 2001
Point of Contact
Jacky Kim, Contract Specialist, Phone (650) 604-0065, Fax (650) 604-3020, Email jykim@mail.arc.nasa.gov -- Jacky Kim, Contract Specialist, Phone (650) 604-0065, Fax (650) 604-3020, Email jykim@mail.arc.nasa.gov
E-Mail Address
Jacky Kim (jykim@mail.arc.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 Procuedures (SAP). The contractor shall provide commmunication software and interfacing connections for IR cameras used by the Advanced Aircraft and Powered Lift Branch at NASA Ames Research Center. The software shall be a derivative of the CAMDAQW program developed at Arnold Engineering Development Center (AEDC) and currently used by government agencies to control and acquire data from a variety of IR cameras, sensor arrays, and spectrometers. The IR camera communication software shall perform the following functions: acquire raw digital data from the IR camera and store the information directly to non-hierarchial data storage media without writing the data to system memory; remotely control settings unique to each IR camera, such as the signal gain, offset, integration time, frame rate, focus, and zoom factor. The contractor shall fabricate the necessary cables, adapters and related electronic interfaces between the camera and computer system. The communication software shall operate on a Windows NT 4.0 or Windows 2000 computer system. The contractor shall provide the communication software and interfacing connections for the following IR cameras: Amber Radiance 1 Mid-Wave Camera; Amber 4128 Long-Wave Camera; Indigo Merlin Mid-Wave Camera; FLIR SC2000 Long-Wave Camera; FLIR SC3000 Long-Wave Camera. NASA shall furnish the contractor with the following Government furnished equipment (GFE) for the work described above: PC computer with hard drive and memory recommended by contractor; PCI-bus image frame grabber card and related driver software; Non-hierarchial drive storage media, PCI controller card, driver software and supporting documentation; IR cameras, manufacturer's equipment and documentation for all items. NASA will furnish technical support to develop the communication software and interfacing connections for the IR cameras. For inspection and acceptance, the contractor shall demonstrate the functional performance of the communication software for each IR camera listed. The contractor shall deliver FOB destination the following items as part of this contract: Camera communication software source code in electronic format; Camera communication executable files in electronic format; Configuration files for each camera in electronic format; Interfacing camera connection equipment. The contractor shall complete the technical demonstration and deliver the items described on a camera-by-camera basis according to the following schedule: Amber Radiance 1 Mid-Wave Camera: within 60 days after the contract award date; Amber 4128 Long-Wave Camera: within 90 days after the contract award date; Indigo Merlin Mid-Wave Camera: within 120 days after the contract award date; FLIR SC2000 Long-Wave Camera: within 180 days after the contract award date; FLIR SC3000 Long-Wave Camera: within 180 days after the contract award date. The provisions and clauses in the RFQ are those in effect through FAC 97-26. The Government intends to acquire a commercial item using FAR PART 12. This procurement is a total small business set-aside. The NAICS Code and Size Standard are 333315 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. The DPAS Rating for this procurement is DO C9. Quoters shall provide the information required by FAR: FAR 52.212-1 is applicable. Veterans' Employment Reporting Requirements (February 1999) NFS 1852.204-74 is applicable. Central Contractor Registration FAR 1852.204-76 is applicable. Security Requirements for Unclassified Technology Information The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The Representations and Certifications required by FAR 52.212-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ Quotations for the item(s) described above are due by 12:00 P.M. July 6, 2001 and may be mailed or faxed to NASA Ames Research Center, Acquisition Branch for Aeronautics, M/S 241-1, Moffett Field, CA 94035-1000, Attn: Jacky Kim, FAX 650-604-3020; 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 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. All qualified responsible sources may submit a quote which shall be considered by the agency. Selection and award will be will be in accordance with FAR 52.212-2 with the following evaluation factors: 1.) Technical Acceptability; 2.)Delivery; 3.) Past Performance; 4.) Cost. Technical Acceptibility 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 requirements. These requirements include: 1.) Ease of use, maintenance, and support; and 2.) Quoters must provide two (2) references of previous orders for the item quoted. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/ARC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=21 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential quoters will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Oral communications are not acceptable in response to this notice. Questions regarding this acquisition must be submitted in writing no later than July 6, 2001. (E-mailed or faxed) For a complete evaluation please provide along with the quote, literature that explains how the product meets NASA specifications.
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#RFQ2-38016)
Record
Loren Data Corp. 20010629/67SOL001.HTM (D-178 SN50Q2R3)

67 - Photographic Equipment Index  |  Issue Index |
Created on June 27, 2001 by Loren Data Corp. -- info@ld.com