Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
MODIFICATION

A -- Stereoscopic PIV System

Notice Date
8/18/2003
 
Notice Type
Modification
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
F33601-03-T-0176
 
Response Due
8/22/2003
 
Archive Date
9/19/2003
 
Point of Contact
Helen Williams,937-257-6146 x4211
 
E-Mail Address
Email your questions to Helen.Williams@wpafb.af.mil
(Helen.Williams@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REVISION 1 TO SYNOPSITATION FOR STEREOSCOPIC PIV SYSTEM F33601-03-T-0176 SIC/NAICS Code and Small Business Size Standard for this acquisition are changed to 3826 (SIC)/334516 (NAICS), size standard 500 employees. Due date for submission of complete quote packages is changed to Friday, 22 Aug 03, 4:00 PM EDT SYNOPSITATION FOR STEREOSCOPIC PIV SYSTEM F33601-03-T-0176 This is a combined synopsis/solicitation for a commercial item to be procured for the Air Force Institute of Technology at Wright Patterson Air Force Base, 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. Solicitation F33601-03-T-0176 is issued as a Request for Quotations (RFQ). This procurement will be awarded in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. No hard copies will be sent. This proposed acquisition is 100% set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The associated standard industrial classification (SIC) code is 8711 and the North American Industry Classification System (NAICS) code is 541330. The small business size standard is $4 Million. The RFQ has one (1) line item. LINE ITEM 0001: (1 EACH) Stereoscopic PIV System. Minimum system requirements are listed below in the Sources Sought Portion of this anouncement. FOB point is Destination (Wright-Patterson AFB OH 45433). Quoted prices should be delivered (FOB Destination) prices. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors ? Commercial (Oct 2000) FAR 52.212-2, Evaluation ? Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of quotes and subsequent award will be based upon best value to the government considering cost and technical acceptability. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items. FAR 52.212.3, Offeror Representations and Certifications ? Commercial Items, are listed as an attachment on the web site listed above and must be submitted with the quote. FAR 52.252-1, Solicitation Provisions Incorporated by Reference. Fill In is as follows: http://farsite.hill.af.mil. The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.204-6, Data Universal Numbering System (DUNS) Number; FAR 52.212-4, Contract Terms and Conditions, Commercial Items (Feb 02); FAR 52.212-5, Alt I, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-18 Certification Regarding knowledge of Child Labor for Listed End Products; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-16, Sanctioned European Union Country Services; FAR 52.233-3, Protest After Award; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government personnel Work Product; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders; (APR 2003) DEVIATION; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7007, Buy American Act-Trade Agreements-Balance of Payments; DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Inplementation Act-Balance of Payments Program A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. All responsible sources may submit complete quote packages, including detailed quote, Reps + Certs (posted at www.pixs.wpafb.af.mil), and sufficient information to determine if item being offered meets the minimum requirements. Quote packages must be submitted by 16:00 PM EDT on 19 Aug 2003 to Helen Williams, 88 ABW/PKSB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309, or faxed to (937) 257-3926, or e-mailed to Helen.Williams@wpafb.af.mil. For information concerning this solicitation, contact Helen Williams at (937) 257-6146 ext 4211. Contractors must be registered in CCR prior to award. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. THIS IS NOT A NOTICE OF RFQ ISSUANCE. THIS EFFORT IS CONSIDERED COMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 12. PLEASE NOTE THE SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS 17 JULY 2003. The Air Force Institute of Technology (AFIT), at Wright-Patterson AFB OH, anticipates a competitive acquisition for a stereoscopic PIV system. This sources sought synopsis is issued to determine if there are contractors capable of and interested in supplying the required item. Minimum system requirements are as follows: 1. The system shall include two cameras containing at least 2048X2048 pixels operating at 8 bits; Pixels shall be square, with at least a 48 DB signal to noise ratio 2. Full resolution images shall be read out at a rate of 7.5HZ in Double Exposure mode of operation which shall be supported. In double exposure mode 3. Each camera shall be capable of acquiring two images within 1 microsecond at 7.5 HZ. 4. The system shall include the capability to transfer full-sized frames at or above the camera rate to a computer 5. Cameras shall have an F-Type lens mount 6. Compatible cables shall be provided between the cameras and frame grabber board 7. Cameras shall be air cooled. 8. Each camera shall include 105 mm lenses, stereoscopic (Scheimflug) mounts 9. Two rails for camera mounts shall be provided as part of the system. 10. Camera shall be programmable via remote interface to control all camera functions 11. System Shall come with power supply to enable operation off of 110 vac 12. System shall include a frame grabber card 13. It shall support the operation of the above CCD camera at 8 bit operation 14. Shall support the readout of2048X2048 pixel images at 7.5 HZ in dual channels 15. Shall include a PCI bus card supporting direct DMA frame acquisition into the host computer memory 16. Total number of sequential frames acquired shall be limited by the host computer memory only 17. Shall operate with the provided software 18. Shall accept external trigger signals to control image acquisition 19. System shall include image acquisition software 20. Shall support all video operations of the frame-grabber 21. Shall support the setup and control of each CCD camera via a communications connection line between the camera and frame-grabber 22. Shall include the ability to set the camera in double exposure mode of operation 23. Shall enable the acquisition of sequences of image files from the frame- grabber and saving to disk in an auto-numbered scheme 24. Shall support TIF image file format in saving and loading of image files. 25. System shall include a computer capable of functioning with two frame grabber cards compatible with the cameras 26. Computer shall operate at a minimum of 3 GHZ with 2 GBytes RAM, a 240 GByte hard drive, and a minimum of 19in flat panel monitor. 27. System shall include image processing software capable of performing cross- correlation analysis of images and it shall compute resulting particle velocities 28. It shall compute average velocity fields, turbulent kinetic energy, and Reynolds stresses 29. Software shall be capable of exporting Tecplot compatible files 30. The source code for the image processing shall be provided as part of the system pending secrecy agreements between the purchaser and supplier. 31. The system shall include support including but not limited to assistance in configuring the new system with existing Spectra Physics Nd: Y AG lasers and combined sheet forming optics, assembly, installation, testing and training. All sources capable of providing the required system are being sought. In addition to the information provided in the Capabilities Package described below, responding parties must also indicate their size status in relation to the applicable North American Industry Classification System (NAICS) code 541330/Standard Industrial Classification (SIC) code 8711 (size standard $4 million). Sources should identify and address if they are a large, small, 8(a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. CAPABILITIES PACKAGE: All interested firms should submit a capabilities package that outlines their firm?s capabilities to provide the required system. The capabilities package should include enough information on a firm?s proposed stereoscopic PIV system in order for the Government to determine if it meets the minimum system requirements. Submit capabilities packages and routine inquiries concerning the Sources Sought to Helen Williams, 88 ABW/PKSB, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5309, telephone 937-257-6146 x4211, or fax 937-257-3926, or e-mail Helen.Williams@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 17 JULY 2003. For more information on 03T0176--Stereoscopic PIV System please refer to http://www.pixs.wpafb.af.mil/pixslibr/03T0176/03T0176.asp
 
Web Link
03T0176-Stereoscopic PIV System
(http://www.pixs.wpafb.af.mil/pixslibr/03T0176/03T0176.asp)
 
Place of Performance
Address: Air Force Institute of Technology Wright-Patterson AFB OH
Zip Code: 45433
Country: USA
 
Record
SN00404862-W 20030820/030818213532 (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.