Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

66 -- LADAR (Laser Detection and Ranging) Instrument, Including Software and Digital Camera

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
SB1341-04-Q-0641
 
Response Due
6/29/2004
 
Archive Date
7/14/2004
 
Point of Contact
Erin Schwam, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
Erin.Hawley@nist.gov, Patrick.Staines@nist.gov
 
Small Business Set-Aside
Total Small Business
 
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.SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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 2001-23. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. ****This acquisition is 100 percent set aside for small business. In accordance with the Federal Acquisition Regulation (FAR) Sub-Part 19.5 Set-asides for Small Business, the manufacturer AND distributor must be classified as small business in order to be considered for award. Reference Numbered Note 1. ****The National Institute of Standards and Technology (NIST), has a requirement for one (1) LADAR (laser detection and ranging) Instrument Including Software and Digital Camera to support of several on-going Scientific and Technical Research and Services (STRS) and Other Agency (OA) funded projects in the Building and Fire Research Laboratory and Manufacturing Engineering Laboratory. The LADAR will be used in a shared-access, multi-user, research setting. The instrument will be used for acquiring 3D scene information, proof of concept, and developing software for LADAR data processing. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity one (1) each LADAR instrument including software and digital camera with the following required elements and specifications: **Range (distance) measurement: Minimum range: less than or equal to 2 m, Maximum range: greater than or equal to 800 m for 80 percent reflective target; **Measurement uncertainty (1 sigma): Range: less than or equal to plus or minus 10 mm (0.39 in.), Scanner angle: less than or equal to plus or minus 0.01 degree; **Instrument Field-of-View: Azimuth: plus and minus 180 degrees (360 degrees total), Elevation: plus and minus 40 degrees (80 degrees total); **Angular Scan Increment: horizontal and vertical: less than or equal to 0.008 degrees; **Update rate: greater than or equal to 6000 points; **Beam divergence: less than or equal to 0.25 mrad; **Beam spot size: less than or equal to 10 mm as it exits the scanner; **Scanner must have the ability to record multiple returns (i.e., first and/or last or both- no preference will be given); **The instrument must be operational in the following environmental conditions: Temperature: 0 degrees Celsius to 40 degrees Celsius (32 degrees Fahrenheit to 104 degrees Fahrenheit) or better. Ambient light conditions: Insensitive to ambient light, Operational in sunlight without degradation of measurement uncertainty; ** Software must be included for: Control of instrument, Instrument configuration, Display of data in real time, and Graphical User Interface (GUI) based; ** The Instrument must be a Class 1 system meeting American National Standards Institute (ANSI) standard laser hazard classifications. Protective eyewear shall not be required to operate this system; **Portability: Instrument weight: less than or equal to 15 kg, Can be operated with batteries, standard survey tripod mountable; **Digital camera: Provided digital image has to be registered to scanner data, greater than or equal to 6 megapixels, detachable camera mount to enable mounting on scanner, power supply included; **Communication and control of scanner shall be through Ethernet; ** Upon delivery of the system, the Contractor shall provide all manuals necessary to operate and maintain the system. ****LINE ITEM 0002: Installation with the following required elements and specifications: ****Installation shall occur at NIST and include, at a minimum, integration of all new equipment; installation and start-up of all new software, turn-key start-up of the system; functional test to ensure all components are working and demonstration of specifications. ****LINE ITEM 0003: Training with the following required elements and specifications: ****The Contractor shall provide training, on-site at NIST, for five (5) NIST personnel. The training, shall be performed concurrently for the five (5) members, cover a complete description of the components and maintenance of the LADAR Instrument, software and digital camera and, at a minimum, a description of how each component works, a description and demonstration of the new software, with explicit instructions about how each segment of the software works. Training is anticipated to be not less than eight (8) hours.**** ****LINE ITEM 0004: Customer Support with the following required elements and specifications: **** Commercial Warranty shall be for twelve (12) months and cover all components and software; **The Contractor shall provide Customer support in the form of visits to the customer?s site and telephone and email communications within the warranty period. Minimum acceptable response times are: 1 week within notification of a problem for site visits, 8 hours for telephone and email responses. **Updates and version upgrades of the software shall be provided during the warranty period; ****DELIVERY SHALL BE FOB DESTINATION and shall be completed in accordance with the Contractor?s Commercial Schedule. The Contractor shall pack and mark the shipment in conformance with all industry standard procedures and any carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ****Award shall be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. Quotes shall clearly identify the maximum performance under those specifications where the Government has identified a preference. In determining best value, the Government will give strongest consideration to: update rate (scanning speed), field-of-view, and system?s ability to obtain a digital image registered to the 3D data. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable LADAR systems for the types of applications described herein. Information on past experience may be obtained from references. ****The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Clauses: 52.204-7, Central Contractor Registration (Oct 2003); (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (7) 52.219-8, Utilization of Small Business Concerns; 52.212-4, Contract Terms and Conditions?Commercial Items; (10)(i) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns with Alternate I; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: (13) 52.212-3 Convict Labor; (14) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004); (24) 52.225-13, Restrictions on Certain Foreign Purchases; (25) 52.225-15, Sanctioned European Union Country End Products (FEB 2000)(E.O. 12849); (29) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Two (2) copies of Technical descriptions 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.arnet.gov/far. ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Schwam, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If proposals are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. 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. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers 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 (i.e. point of contact, telephone POC, building, room number, etc.) If 48 hour notification was not provided, it is suggested that 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?s center and complete delivery. ****Submission must be received by 3:00 p.m. local time on June 29, 2004. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00603431-W 20040617/040615211629 (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.