Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

67 -- High-Speed Digital Camera

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, GA, 30605
 
ZIP Code
30605
 
Solicitation Number
RFQ-035-4384-03
 
Response Due
8/21/2003
 
Archive Date
9/5/2003
 
Point of Contact
Elaine Wood, Contract Specialist, Phone 706-546-3534, Fax 706-546-3444,
 
E-Mail Address
woode@saa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-035-4384-03 is issued as a request for quotations and incorporates provisions and clauses that is in effect through FAC 01-13. This procurement is set aside for small business. The NAICS code applicable to this acquisition is 334119. For a company to qualify as a small business, the small business size standard is 1000 employees. USDA, ARS has a requirement for one high-speed camera to aid in the study of dispersal and infection processes of the citrus canker pathogen in south Florida. The equipment will be used in conjunction with the wind tunnel facility to compliment ongoing research projects on citrus canker. A high- speed camera is required to freeze in motion airborne water droplets in wind speeds up to 70 mph. It must be a system that is straightforward to operate, dismantle, reassemble and transport between sites. The digital camera must be sold as a complete working system with peripherals and must have the following specifications/capabilities. The system can be a color or monochrome camera capable of capturing images at up to 16,000 frames per second (fps) with shutter speeds of ca. 7.8 microseconds, a controller, remote keypad, cable, electronic solid state digital image memory, and software to control and download to a PC hard drive. It should be capable of being controlled from either a stand-alone control keypad, or directly from a PC computer. Captured images must be able to be downloaded directly from the stand-alone controller in analog form via an NTSC video port, or in digital format via an IEEE 1394 Firewire port. Software should have the ability to track several well defined points manually and 1 point automatically with calibration for distance, angle, and origin simply entered in the software. All tracked (and calibrated) point data should be easily compatible with and exportable to MS Excel. The system must be inclusive of camera lens, light source kit, tripods, lens, trigger kit and hard case. The high-speed digital camera must be compact, lightweight and portable. It must be capable of being transported and operated by one person without a computer and should have a tethered (remote) camera head. The system should include the following configuration: Control/processor unit: should be no larger than 8? (204mm) W x 8? (204mm) H x 12? (305mm D and be less than 12 lb weight. It must have the ability to directly output images via composite (RS-170), separate Y/C (S-VHS), and VGA connectors. The system must be operable via both a keypad and via an IEEE-1394, (Firewire) to a computer. Camera Head: should be as compact and light as possible. The sensor should be color or black and white with at least 500 x 500, not less than 14 um square, 8-bit pixels and be capable of recording at least 20,000 fps. It should have a threeposition gain switch on the rear panel of the camera head. The camera head to processor cable should be of a commercially available cable type and be a minimum of 16 ft. (5 m) long. A C-mount lens mounting is preferred. Remote keypad: the system should be capable of being controlled using a remote control keypad with a cable length of at least six feet (2m). Supplied software: should be provided with the system and be capable of both camera control and image replay and downloading. Operation should be via IEEE-1394 (Firewire) with full camera control capability, including simultaneous control and continuously live image display. Full playback control, including multiple image synchronization, image sequence loop, zoom, contrast and brightness adjustment, and image pan. It must also be possible to save a selected section of a recorded image sequence. The images should be able to be saved, with user selectable compression types and ratios, where applicable, in at least the following image formats AVI, JPEG, TIFF, BMP and Raw. The software should be capable of automatically downloading and saving a variable length image sequence to a user selected networked destination upon receipt of a suitable trigger signal (once image download is completed, the software should rearm the camera and await the next trigger). Recording rates: must be capable of recording from ca. 50 to at least 20,000 frames per second. Should have an ?event marker? facility to separate individual recording events. It will need a dual-speed recording facility to record droplet dispersal at different speeds during the same event. Shutter speed: must be capable of electronic shutter speeds from ca. 1/30th second to less than 5 microsec. Recording time: must be capable of recording up to at least 20,000 fps over approx 2 sec. with standard memory (ca. minimum 250x50 pixels resolution) expandable to approx. 5 sec. memory if required. Frame storage: must be capable of storing a minimum ca. 100,000 frames with standard memory (and have an expandable facility to ca. 300,000 frames) at 20,000 fps. Playback modes: from ca.1 fps to ca. 30 fps, forward and reverse, plus single step mode, forward and reverse. Should be capable of changing play rate and direction without stopping playback. Camera control: must have capability of being controlled via an RS422 and have a minimum of two IEEE-1394 and one optical link ports as standard. It should have both co-axial RS-170, and S-VHS (Y/C) outputs for downloading to a VCR or to a PC via optional frame grabber. It should be possible to trigger the cameras in pre-or post-trigger mode, from 0% to 100% increments of at least 10%. The camera must be fully operational on delivery and be inclusive of camera lens (ca.85 mm f/1.4), light source kit (stand, bulbs, reflector), tripods, friction arm and super clamp, trigger kit, hard case. Descriptive literature showing that the offered equipment meets all specifications must accompany the quotation. Delivery time is 60 days ARO. Equipment price should be FOB Ft. Pierce, FL. Quoted price must include delivery costs. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Vendors may meet this requirement by acceptance of government purchase card or providing a Vendor Express Number. If a company has not previously enrolled in the Vendor Express Program with USDA, they should call the National Finance Center at 1-800-421-0323 for an enrollment package. All offers must include with their quotation a completed copy of FAR 52.212-3 available at www.arnet.gov/far. The following FAR clauses apply: Data Universal Numbering System (DUNS) Number, 52.204-6; Instructions to Offerors-Commercial Items, 52.212-1; Evaluation of Commercial Items awarded to a responsive/responsible offeror at a fair and reasonable price, 52.212-2; Offeror Representations and Certifications-Commercial Items, 52-212-3; Contract Terms and Conditions-Commercial Items, 52.212-4. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, 52-211-5, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alt II, 52.225-9, 52.225-10, 52.225-13, 52.225-18, 52.225-21, 52.247-64. All sources wishing to provide a quotation must respond by 1:00 PM EDT, August 21, 2003 . Quotations should be addressed to USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30604-5677). POC Elaine Wood, Contract Specialist, 706/546-3534 or fax 706/546-3444. Faxed responses are acceptable.
 
Record
SN00388288-W 20030802/030731213416 (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.