Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

66 -- ICCD CAMERA SYSTEM

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFQ3-203263
 
Response Due
6/17/2002
 
Archive Date
5/31/2003
 
Point of Contact
Leahmarie Stervagi, Contract Specialist, Phone (216) 433-2137, Fax (216) 433-5489, Email Leahmarie.Stervagi@grc.nasa.gov
 
E-Mail Address
Email your questions to Leahmarie Stervagi
(Leahmarie.Stervagi@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 for a scientific intensified charge-coupled device (ICCD) camera system like Roper Scientifics' or equal, having the following Salient Characteristics: 1. ICCD camera, like Roper Scientifics' PI-MAX MG 1K:SB, or equal, having: a) Thermoelectrically cooled, sealed camera head, requiring no nitrogen purge; b) A Marconi CCD47-10 grade 1 image sensor, front illuminated CCD, 1024 x 1024 pixels; c) an 18 mm 1:1 fiber-optic bonded grade 1 Super-Blue image intensifier with a gating speed of less than 9 ns optical full width at half maximum (FWHM); high resolution with 45 line pairs/mm, minimum; and quantum efficiency greater than 20% between 200 and 400 nm; d) 13 mm x 13mm pixels providing a 13.3-mm x 13.3-mm image area; e) TTL gating input. 2. Camera controller, like Roper Scientifics' ST-133A-PTG-DUAL, or equal, having: a) Insertion delay for the trigger pulse of less than 25 ns with electronics hardware; b) Dual speed digitizer with 16-bit 100 kHz and 16-bit 1 MHz speed; c) Sustained repetition rate of 1 kHz; d) Fast vertical shift of less than 12 microseconds; e) Fast kinetics option to allow for single- or multi-trigger time resolved measurements when the user desires, like Roper Scientific's kinetics-ST-133, or equal; f) RS-170 video output in PAL or NTSC format; g) TTL level output derived directly from the HV gate pulse for precise timing; h) Built-in programmable timing generator with: * complete software control * pulse counting feature * 0.1 Hz -1 MHz internal oscillator to act as master clock for the experiment * user adjustable external trigger polarity, threshold, and impedance * complete control intensifier gate width and delay with 40 ps resolution * on the fly control of gate width and delay * on-board memory to store and execute more than 1000 different gate widths and delays without software interruption * linear or exponential boxcar gating setup * T0 output indication the start of the trigger sequence * User adjustable delayed trigger output with 40 ps resolution * Precise control of on-CCD accumulations * Anticipator function. i) 8 TTL in and 8 TTL out signals accessible through the software. j) remote shutter operation via a Lemo connector. 3. Acquisition software, like Roper Scientifics' WinSpec/32 PIMAX, or equal, with: a) interface that controls the intensifier, delay generator and CCD b) automatic peak find feature c) flexible binning, region of interest (ROI) and multiple ROI acquisition d) file format support for 16-bit TIFF, ASCII e) flat-field, background and cosmic ray corrections f) post processing functions: statistics, image math, filtering, etc. g) 1-D, 2-D, and 3-D display controls h) Visual Basic and LabView support i) Experiment setup information stored with each image 4. Computer PCI interface board and cable for PC, compatible with the controller. Interface cable between PCI/PC and camera to be no less than 25 feet. 5. Spectrometer mount, to mate to an Acton SP-300i spectrometer, like Roper Scientific's SPEC-MNT-PIMAX or equal. 6. Nikon F-mount adapter, like Roper Scientific's F-MNT-PIMAX, or equal. 7. Functional documentation to include two sets of user manuals and the specific quantum efficiency curve for the camera that is delivered to us, in the range from 200 nm through 900 nm. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The provisions and clauses in the RFQ are those in effect through FAC 01-6. 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 421490 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 NASA Glenn Reserach Center is required within 30 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 4:30 PM 6/17/02 and may be mailed or emailed to Leahmarie Stervagi, NASA Glenn Research Center, 21000 Brookpark Road M/S 500-306, Cleveland, Ohio 44135 email: Leahmarie.Stervagi@grc.nasa.gov , and include, solicitation number, FOB destination to this Center, Cage Code (CCR), 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 may use, at their own discretion, 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: 52.211-6, Brand Name or Equal. 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 Questions regarding this acquisition must be submitted in writing no later than 06/11/02. 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://prod.nais.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). 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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#101714)
 
Record
SN00086305-W 20020602/020531213533 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.