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

67 -- CCD SCIENTIFIC IMAGING CAMERA SYSTEM

Notice Date
6/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C32-006
 
Response Due
7/10/2003
 
Archive Date
6/26/2004
 
Point of Contact
Jean M. Boylan, Purchasing Agent, Phone (216) 433-2140, Fax (216) 433-2480, Email Jean.M.Boylan@grc.nasa.gov
 
E-Mail Address
Email your questions to Jean M. Boylan
(Jean.M.Boylan@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as an RFQ Request for Quote for: DESCRIPTION: Cooled 1Kx1K CCD Scientific Imaging Camera System for Quantum Entaglement Imaging. CCD camera system will utilize a -80 C TEC CCD element, digitized at 16 bits resolution, at a ADC rate of 1 MHz, connected to PC using USB 2.0 interface. System includes camera controller and software. Camera will have Nikon F-mount lens interface with integral leaf shutter. TECHNICAL REQUIREMENTS: Camera system shall have at least 1024 x 1024 pixel resolution with backside illuminated detector element for maximum quantum efficiency (QE); Pixels shall be no smaller than 12 microns square with a 100% fill factor; QE of detector shall not be less than 90% from 500 nm to 700 nm; QE shall not be less than 55% from 400 nm to 500 nm; QE shall not be less than 70% from 700 nm to 800 nm; Vacuum seal on CCD element shall be guaranteed to be sealed for the lifetime of the device without requiring constant re-evacuation (this is important consideration for ease of use and lower total cost of ownnership); digital information from CCD to camera controlle shall be no less than 16 bits resolution with a data rate no slower than 1 MHz; read noise at 1 MHz shall not be greater than 10 photoelectrons; single pixel full-well depth shall not be less than 100,000 photoelectrons; dark current shall not be greater than 0.003 photoelectrons per second at -70 C operating temperature; thermostating precision of TEC shall be no worse than +/- 0.05 C across operating temperature range; camera will be interfaced to user supplied PC via USB 2.0 interface (this is important for usability with any user PC); Camera system shall be controllable through software operated in Windows environment and through provided National Instruments LabView VI's; Camera will have a Nikon compatible F-mount and an integrated electronically controlled leaf shutter; All aspects of camera operation can be controlled from software; Camera system will be air-cooled and not require liquid cooling. 1.) CCD Camera System VersaArray XP:1KB/TE. Princeton Instruments VersaArrayXP:1KB Digital CCD Camera System. 13 micron square pixels, backside illuminated, optimized for max QE with "Midband" response. Lifetime vacuum guarantee. E2V CCD47-10 scientif grade 1 element, AIMO CCD 1024x1024 pixels. Thermoelectrically cooled element with forced air cooling. (Quantity required 1 Each) Roper Scientific Part No. 7491-0002. (or Equal) 2.) F-MNT-NTE, Nikon F-mount with shutter for camera head. (Quantity required 1 Each) Roper Scientific Part No. 7384-0031 (or Equal) 3.) ST-133A-100K-1M-LN, camera controller with dual ADC's, 100 kHz and 1 MHz, 16 bit resolution, USB 2.0 interface, with full software control. (Quantity required 1 Each) Roper Scientific Part No. 7438-0020. (or Equal) 4.) USB2-5M, High speed USB 2.0 communications port with 5 meter cable, (Quantity required 1 Each) Roper Scientific Part No. 7493-0001. (or Equal) All prospective contractors must be registered in the Central Contractor Registration Database prior to any award of a contract or purchase order. Register at http://www.ccr.gov The provisions and clauses in the RFQ are those in effect through FAC 01-13. 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 & 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by Close of business on 07/10/03 and must include, solicitation number, 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. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. 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 All contractual and technical questions must be received via e-mail to Jean M. Boylan not later than noon on 7/02/03 TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
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#106358)
 
Record
SN00358160-W 20030628/030626223229 (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.