Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOLICITATION NOTICE

66 -- Digital Infared Camera System

Notice Date
6/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-04-R-CR03
 
Response Due
7/8/2004
 
Archive Date
7/23/2004
 
Point of Contact
Alan Crupi, Contract Specialist, Phone 202-767-3595, Fax 202-767-0430, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
 
E-Mail Address
crupi@contracts.nrl.navy.mil, bays@contracts.nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-04-R-CR03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-23 and DFARS Change Notice 20040513. The associated small business size standard is 750 employees. NRL has a requirement for one each digital infrared camera system (CLIN 0001) to perform radiometric measurements in both laboratory and field-site environments. The system will be used to conduct radiant intensity measurements of a target within the field of view (FOV) of the camera in contrast to the background intensity. The system must operate over a wide dynamic range to include measurements of constant target intensities (e.g. ships, aircraft) as well as the rapidly changing signatures of other devices such as decoys. In addition, the system will be used to conduct obscuration measurements. The Contractor must provide a standard commercial warranty and associated operating manuals. The basic system minimum requirements are as follows: 1. The system must include a 14 bit midwave infrared (MWIR) focal plane array (FPA) sensor to cover at least the 2 through 5 micron band with a minimum of 320x256 pixel resolution and must not require liquid nitrogen cooling. 2. The system must have the capability to be calibrated and traceable to a blackbody reference. 3. The system must be able to provide real-time imaging, which is defined for these purposes, as a continuous display of the digital image as the image is collected so that moving objects in the scene can be tracked. 4. The system must be portable and reasonably rugged to withstand use in the field for off-site testing. The system must be able to store at least 30 minutes of data or more and the data must have the capability to be transferred from the system via a CD writer. The system must have at least one of the following: USB 2.0, IEEE 1394 or ethernet port. The system must also have an additional analog video output (e.g. NTSC). 5. The system must include a MWIR lens to provide a 3 degree field of view (FOV) or less and at least one of the following: 7 degree FOV (within plus or minus 20 percent) or 20 degree FOV (within plus or minus 30 percent). 6. The system must include image analysis software. The software must support direct contrast radiant intensity measurements of both stationary and moving objects within the collected image or the system must be able to output the digital data in a format compatible with Microsoft Excel or in a common format that can easily converted for use with software such as a binary file format or asynchronous serial communications interface (ASCI) format. 7. System must include a near infrared (NIR) FPA sensor head spectral range of at least 0.9 to 1.7 microns. The FPA must have a minimum pixel resolution of 320x256. The NIR sensor may be interchangeable with the MWIR sensor. The sensor is not required to conduct simultaneous NIR and MWIR measurements. (CLIN 0002) Option I: Identical specifications as (CLIN 0001) however, replace number 1 with the following: The system must include a 14 bit midwave infrared (MWIR) focal plane array (FPA) sensor to cover at least the 2-5 micron band with a minimum of 640x512 pixel resolution and must not require liquid nitrogen cooling. (CLIN 0003) Option II: One each filter wheel for MWIR, must be compatible with the MWIR sensor offered for CLIN 0001. (CLIN 0004) Option III: One each filter wheel for MWIR, must be compatible with the MWIR sensor offered for CLIN 0002. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than ninety (90) days from date of award. Delivery of optional items will be determined at time of option exercise, if exercised. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical capability of the item offered to meet the Government requirement; 2. price; and 3. past performance. Technical and past performances, when combined, are more important than price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement (FAR 52.217-5). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government reserves the right to exercise any or all options at time of contract award. The options may be exercised by the Contracting Officer giving written notice any time prior to contract completion. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.233-3, 52.203-6, 52.219-4, 52.219-8, 52.219-25, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-29, 52.232-33 and 52.239-1. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024, 252.204-7004 and 252.211-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/listrfp.htm
 
Place of Performance
Address: Contractor facility
 
Record
SN00599568-W 20040609/040607212228 (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.