Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

67 -- HIGH RESOLUTION, 15 FPS IMAGING SYSTEM

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA06135667Q-AMD
 
Response Due
12/5/2005
 
Archive Date
11/18/2006
 
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 a Request for Quotations (RFQ)] for a high resolution imaging acquisition system that will be used as an integral part of a NASA Ames Photogrammetric Recession Measurement (PRM) System. The system shall have the following operation specifications: 1.) Must operate two 4-Megapixel x 10 bit cameras at 15 frames per second each, simultaneously and stream directly to hard disk or RAID without compression. 2.) Software must control cameras (gain, exposure as examples) and record functions through a Graphic User Interface and operate while image data is acquired. 3.) Image display (sub-sampling is adequate) of each image stream must be available during recording of image data. 4.) Adjustments to exposure time and brightness/contrast must be available during recording of image data. 5.) The cameras must be synchronized with an external trigger source and recorded as image pairs for photogrammetry. 6.) System shall record in this manner for no less than one minute. 7.) Must be able to pause recording and restart recording with mouse or keystroke control. Vendors will provide a firm fixed price quotation for each of the following items, which conform to the operation specification listed above: 1.) Three (3) Cameras, 4- Megapixel x 10bit, 15 fps; one to be used as a spare, F-mount, total quantity 3. 2.) Frame grabber boards, with one spare, total quantity 3. 3.) 10-meter cables, with one spare, total quantity 3. 4.) Computer(s) with appropriate RAID for image recording. 5.) Software with manuals. 6.) Software Development Kit for specialized application development. The provisions and clauses in the RFQ are those in effect through FAC 2005-06. 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 333314 and 500 employees 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. Delivery to NASA Ames Research Center is required within 30 days after receipt of offer (ARO). Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail or fax) to the contract specialist, Marianne Shelley not later than November 25, 2005. Telephone questions will not be accepted. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00 PM Pacific Time, December 5, 2005 to the contract specialist, Marianne Shelley, by any of the following: mailed to NASA Ames Research Center, M/S 227-4, Building 227, room 119, Moffett Field, CA 94035-1000, Attn: Marianne Shelley, or faxed to 650-604-0270, or emailed to Marianne.Shelley@nasa.gov; and must include, solicitation number, FOB destination to this Center, 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml 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. The Federal Acquisition Regulations (FAR) may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NASA FAR (NFS) may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 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, 52.232-34. The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650)604-5068); NFS 1852.223-72, Safety and Health (Short Form) (April 2002; NFS 1852.237-73, Release of Sensitive Information (June 2005). 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. Other critical requirements: Delivery, Maintenance, warranty, shall also be considered. 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://orca.bpn.gov/ . Please indicate on quotation if the vendor's Representations and Certifications have been entered at ORCA. Offerors must be currently registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov . Offerors must submit a completed ACH form with their quotation, with their firm's banking information for the electronic funds transfer (EFT) of any future invoice payment. An ACH form is available at: http://www.fms.treas.gov/pdf/3881.pdf . All successful offerors must file a 2005 VETS-100 Report with the US Department of Labor, http://vets100.cudenver.edu/ An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. 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=D&pin=21 . 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=21#118298)
 
Record
SN00934721-W 20051120/051118212415 (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.