Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

66 -- Uncooled Microbolometer Infrared Camera

Notice Date
6/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-03-Q-0530
 
Response Due
7/11/2003
 
Archive Date
7/26/2003
 
Point of Contact
Jennifer Roderick, Contract Specialist, Phone 301-975-8173, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
Jennifer.Roderick@nist.gov, Patrick.Staines@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14, items effective May 22, 2003.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. ******The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Uncooled Microbolometer Infrared Camera to be used in the Optical Technology Division at NIST, Gaithersburg, MD.******All interested offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish one (1) each, Uncooled Microbolometer Infrared Camera. The Infrared Camera shall meet or exceed the following specifications: (1) Have a focal plane based on a 320 x 240 array of Microbolometer elements; (2) Have a removable 50 mm focal length lens, f/1.4, on a thread mount; (3) A method for adjusting focus continuously; (4) The field of view with the provided lens shall be such that the image of a 76 mm; (5) Diameter target placed as close as 330 mm from the lens, fits entirely within the image window; (6) The focal plane shall be temperature stabilized via an integral thermoelectric element; (7) Have nominal spectral response in the wavelength range 8 ? 12 micrometers, but not outside of the wavelength range 7-14 micrometers; (8) Noise equivalent temperature difference: 100 mK or lower for 30 ?C scene; (9) Have either 60 Hz or 30 Hz frame rate; (10) Have both NTSC and S-video analog outputs; (11) Have an RS232, RS422, or IEEE 1394 digital interface; (12) Digital cable leading from camera to a PC-mounted digital interface card (such as NI IMAQ PCI-1422 frame grabber card or IEEE 1394 interface card) shall be supplied; (13) PC-mounted digital interface card and PC (personal computer) need not be supplied; (14) S-video cable; (15) BNC video cable (for NTSC analog output); (16) Carrying/Transport case; (17) User?s guide; (18) Windows-based software for operating and controlling the IR camera shall be supplied on disk; (19) A separate software package included, written in the LabView language, for image acquisition, storage, retrieval, display, and processing of still images and video from the IR camera through the standard digital interface; (20) Software shall be supplied on disk(s), include a manual, and must be compatible with LabView version 6.03 (or lower) full development version running on a windows-based Pentium PC (not supplied); (21) LabView software shall be able to be embedded (by the user) as a virtual instrument within the user?s higher level LabView software and thereby enable the user to have programmatic (rather than interactive) control over the image frame grabbing process; (22) Provide the user with the capability of acquiring individual frames of digital image data in raw signal counts, as opposed to processed temperature; (23) Dimensions: < 5? high x <5? wide x <10? deep; (24) Weight: < 5 lbs excluding cables and lens; (25) Power: 110 VAC, 60 Hz with supplied power cable. ***The Contractor shall state the warranty coverage provided for line item 0001. ******Delivery shall be FOB DESTINATION and shall be completed no later than fourteen (14) weeks after receipt of order. ******The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ******The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. ******The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ******The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (19) (i) 52.225-3 Buy American Act ? North American Free Trade Agreement?Israeli Trade Act, with Alternate 1; (21) 52.225-13 Restriction on Certain Foreign Purchases; and (24) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at www.acqnet.gov.******All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov.******All quotes must be received not later than 3:00 PM local time, on July 11, 2003 to the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (ie point of contact, telephone POC, bldg., room number, etc.) If 24 hour notification was not provided, it is suggested you?re your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Building 301/Shipping & Receiving, Mail Stop 3571, Gaithersburg, Maryland
Zip Code: 20899-3571
Country: USA
 
Record
SN00357590-W 20030628/030626222545 (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  © 1994-2020, Loren Data Corp.