Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
SOLICITATION NOTICE

67 -- HIGH FRAME RATE STEREO PIV SYSTEM

Notice Date
6/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA06160122Q-AMG
 
Response Due
6/19/2006
 
Archive Date
6/5/2007
 
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 one High Frame Stereo Particle Image Velocimetry System. The quote for the High Frame Rate PIV (Particle Image Velocimetry) system shall include the following: A. Cameras (2), with sensor no less than 1024 x 1024 pixels, frame rate at full 1000 fps. (500 PIV instances perresolution shall be no less than second) and maximum frame rate should be no less than 20,000 fps (10,000 PIV instances per second), minimum PIV inter-pulse time of no greater than 1 microsecond, and must permit external synchronization; B. Stream-to-disk (or RAID) technology is preferred, but if not available, maximum amount of RAM per camera head should be quoted; C. Image intensification option should be quoted; D. Camera control software (with record function) and PIV system software; E. Frame grabbing technology identified and quoted; and F. Windows-based PC for above system. Note: Laser to be quoted separately to RFQ # NNA06160123Q-AMG Offerors shall address each of the items above and detail how their proposed system meets the listed specifications. Items may be separately priced, however a total system price must be indicated. The following forms and/or online submissions must be completed by the offeror: (1) 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://vets100.cudenver.edu/ . The NAICS Code and the small business size standard for this procurement are 333315 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 60 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, Christine M. Benavides not later than June 12, 2006. Telephone questions will not be accepted. Offers for the items(s) described above are due by 11:00 AM Pacific Time, June 19, 2006 to the contract specialist, Christine M. Benavides, 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: Christine M. Benavides, or Faxed to: 650-604-0270, or Emailed to: cbenavides@mail.arc.nasa.gov. The quotation must include a list of customers who have purchased identical or similar systems (with complete customer contact information). The quotation must also include: solicitation number (NNA0660122Q-AMG), FOB destination to this Center, (or applicable estimated shipping costs to Moffett Field, CA 94035-1000), proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. The DPAS rating for this procurement is DO-C9. 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.hq.nasa.gov/office/procurement/regs/nfstoc.htm . The provisions and clauses in the RFQ are those in effect through FAC 2005-08. 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, delivery time, past performance, and price. Other critical requirements: Maintenance, warranty, training, and on-site support shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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#120522)
 
Record
SN01062847-W 20060607/060605221807 (fbodaily.com)
 
Source
FedBizOpps 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.