Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

67 -- HIGH-SPEED, HIGH RESOLUTION DIGITAL VIDEO CAMERA

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0531
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
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. 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 (FAC) 2005-09.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 443130 with a small business size standard of $6.5 million. This requirement is being competed as a small-business set-aside. Therefore, all responsible small businesses may submit a quote.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) High-Speed, High Resolution Digital Video Camera in accordance with the following specification. ***The contract line items (CLINS) for this procurement are: CLIN 0001: A high-speed, high resolution digital video camera for monitoring ballistic impacts and the deformation of specimens undergoing high strain rate loading. Camera resolution, frame rate, and output format must be compatible with existing Photron ultima APX camera, so as to allow the two cameras to be used together for monitoring high strain rate loading of specimens, Quantity: 1, Unit: Each, which shall meet or exceed the following required specifications: PURPOSE and BENEFIT for CLIN 0001: The camera will be primarily used to record ballistic impacts in the OLES range, which will allow researchers to gain a better understanding of the mechanics of bullet-armor impacts and to record the impact dynamics. The camera will also be used to monitor deformations of specimens undergoing high strain rate loading in the NIST Kolsky bar facility. For this second application the camera must be compatible with the existing Photron ultima APX camera, so that both cameras can simultaneously record the deformations with the same frame rate and resolution. MINIMUM REQUIREMENTS FOR CLIN 0001: Maximum resolution: 1024 by 1024 or greater. Frame rate at 1024 by 1024 resolution: 2,000 frames/second or greater. Peak frame rate at reduced resolution: 120,000 frames/second or greater. Desired frame rates at selected resolutions: 256 by 256: 15,000 frames/second or greater. 384 by 48: 96,000 frames/second or greater. 128 by 32: 100,000 frames/second or greater. Recording duration: At least 3.0 seconds at 1024 by 1024 resolution and 2,000 frames/second at least 6,000 frames). At least 6.0 seconds at 256 by 256 resolution and 15,000 frames/second (at least 90,000 frames) Sensor: 10 bit gray scale, or better. Lens mounting: Nikon F mount for compatibility with existing lenses. Computer communications: Firewire or Gigabit Ethernet for transferring images (Firewire preferred). Triggering: 5 volt TLL. Synchronization capability: Camera shall be capable of being synchronized to another camera or an external source. Output formats: AVI, JPEG, and TIFF, as a minimum. Compatibility: The camera shall be compatible (compatible output, frame rates, resolution, triggering, and synchronization capabilities) with an existing Photron ultima APX camera. The camera shall come with all necessary software, drivers, and cables to allow control of the camera and downloading of video and images to a personal computer. A camera with an attached camera head is preferred for this application, but tethered head cameras will be considered. Additional Accessories: Lens: Nikon F-Mount compatible 35mm to 70mm f2.8 or better. Tripod for camera. Lights: Two 500 Watt (120 VAC) tungsten halogen lamps, or better, with stands. Carrying case: Hard side case for camera, lens, and cables. ***Delivery shall be completed not later than 45 days after order acceptance. CLIN 0001 SHALL BE OFFERED ON AN FOB DESTINATION BASIS ONLY. THE GOVERNMENT WILL NOT CONSIDER OFFERS ON ANY OTHER BASIS. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** CLIN 0002: The technical representative shall demonstrate to the satisfaction of the NIST COTR that the camera satisfies all aspects of the specifications in the purchase order. *** *** The Government will not accept CLIN 0001 until after CLIN 0002 is completed and only if CLIN 0001 meets or exceeds all minimum specifications.*** EVALUATION FACTORS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Must meet minimum specifications, if no offers meet all required specifications consideration will be given to offers that most closely meet the requirements, and are compatible with the existing Photron ultima APX camera. 2. Consideration will be given to offers that exceed the minimum specifications, particularly in the area of resolution and high frame rate. 3. Performance of offered camera, or similar camera from the same manufacturer, in either a ballistic range facility or for use in recording high strain rate deformations. 4. Offerers are requested to provide documentation of at least one existing installation of the offered camera, or similar camera from the same manufacturer, in either a ballistic range facility or for use in recording high strain rate deformations. 5. Evaluated Price for CLIN 0001. Non-price factors 1 and 2 above are equally important and, when combined, are significantly more important than Factor 3. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/.*** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** ***The following provisions & clauses apply to this acquisition: Instructions to offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35 Equal Opportunity for Special Disabled Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3, Alternate II Buy American Act - Free Trade Agreements - Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases, (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, and (35) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***EACH QUOTATION SHALL CONTAIN ALL INFORMATION REQUIRED BY FAR PROVISION 52.212-1(B)(1) THROUGH (11). The Contractor shall state the warranty coverage provided for the instrumentation. The Contractor shall provide a list of suggested spare parts inventories. This list shall include current prices, part numbers, recommended inventories, and current estimated delivery times. See also FAR 52.212-3(j) for those representations and certifications that the Offeror shall complete electronically.*** The Government will not provide any contract financing or advance payments for CLIN 0001; therefore, CLIN 0001 shall be priced accordingly. PAYMENTS UNDER THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER ALL REQUIREMENTS FOR CLIN 0001 ARE ACCEPTED BY THE GOVERNMENT AND THE CONTRACTOR THEREAFTER SUBMITS A PROPER INVOICE TO NIST FOR THE PURCHASE ORDER. Invoicing requirements are specified in FAR clause 52.212-4(g). THE PRICING PORTION OF THE QUOTATION SHALL BE SUBMITTED AS A SEPARATE, DISTINCT DOCUMENT FROM THE REMAINDER OF THE QUOTATION. Product samples are NOT required to be submitted with the quotation. QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to Robin.Jeffries@nist.gov, with a courtesy copy to Albert.Petto@nist.gov. Quotations must be received at those email addresses no later than 3:30:00 p.m. Eastern Time on August 7, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED. NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs as noted in this RFQ also applying. No other terms and conditions will apply to the purchase order. Questions regarding this RFQ shall be submitted by email, no later than the third day after this RFQ is posted on FedBizOpps to Robin.Jeffries@nist.gov, with a courtesy copy to Albert.Petto@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps within seven days after this RFQ is posted on FedBizOpps to provide a list of all questions received as well as their answers to all potential Offerors.
 
Place of Performance
Address: 100 Bureau Drive, MS 1640, Gaithersburg, MD
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01089177-W 20060716/060714220516 (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.