Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

67 -- SCIENTIFIC GRADE, GATED INTENSIFIED CHARGE-COUPLED DEVICE (ICCD) IMAGING SYSTEM

Notice Date
7/24/2006
 
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
NNA06161935Q-AMG
 
Response Due
8/7/2006
 
Archive Date
7/24/2007
 
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 nine scientific-grade, gated Intensified Charge-Coupled Device (ICCD) imaging systems capable of sub-microsecond imaging, and capable of acquiring multiple exposures on one image. Eight systems are required for use in the NASA Ames Hypervelocity Free-Flight Gun Development Facility (HFFGDF) to make time-critical free-flight aerodynamics measurements for a proposed NASA atmospheric entry vehicle (EV). Such aerodynamics measurements are made from time-resolved images of the position and orientation of a gun-launched model of the vehicle. This requires a short exposure time to freeze the model motion, a short time between exposures to resolve the model motion, a high resolution and dynamic range to resolve the model orientation, and precise timing control. Specific system requirements are listed below. They preclude the use of high-speed video systems, which are incapable of obtaining both the required exposure rates and resolution and dynamic range. Instead, gated, intensified CCD cameras are needed to acquire multiple exposures, closely spaced in time, on a single image. The eight camera systems must be simultaneously, and individually, controllable by and capable of transmitting data to a single, remotely-located personal computer. The Ames HFFGDF, equipped with these ICCD systems, provides a unique capability to NASA to obtain aerodynamics measurements on vehicles or projectiles flying complex (e.g., high-lift and/or high oscillation amplitude and frequency) trajectories. Such measurements were successfully made in the HFFGDF prior to the Space Shuttle return to flight to provide critical validation for CFD predictions of foam-debris trajectories. For the proposed NASA EV, CFD will form the bulk of the aerodynamics database, which will be used to run flight simulations and, ultimately, to be the basis for the in-mission guidance and control sequences used to fly the vehicle. The CFD, simulations, and guidance-and-control sequence development are all being carried out on an accelerated schedule. Obtaining the experimental data is critical to that schedule, and depends not only on having the ICCD cameras, but also on having the camera systems tested and integrated into the HFFGDF data-acquisition system. Eight systems are required to provide two orthogonal views along the full trajectory path in the HFFGDF. The ninth ICCD system will be used to image the thermal radiation in the wavelength band from 550 nm to 850 nm emitted from the surface of projectiles moving at hypersonic speeds. The radiation will be approximately like a gray body with emissivity around 0.6, and temperature above 800 K. An exposure (gate width) between 0.1 microsecond and 1.0 microsecond is required to freeze the motion, depending on test conditions. The camera will acquire a single, snapshot, image of the projectile per experiment. Image acquisition will be externally triggered by the arrival of the projectile in the field of view. The external trigger signal will be generated by existing hardware, and will be TTL compatible. The camera will be deployed in the NASA Ames Hypervelocity Free-Flight Aerodynamic Facility (HFFAF) in support of the NASA ASMD Fundamental Aerodynamics program, Hypersonics project Specific requirements: (1) The system shall have a Charge-Coupled Device (CCD) imaging sensor with a minimum resolution of 1024x1024 pixels and a maximum pixel pitch of 13.5 ??m (micrometers). (2) The system shall have a Gen III filmed image intensifier that is fiber-optically coupled to the CCD. (3) The intensifier shall have Quantum Efficiency greater than 35% over wavelengths from 550nm to 800nm and greater than 30% at 850nm. (4) The system shall be capable of an optical gate width as short as 5ns, full-width half-maximum (FWHM) and capable of a sustained gating repetition rate of at least 5kHz. (5) The system shall be capable of ??burst mode?? operation (i.e., multiple gating occurs during acquisition of a single image), and a gating repetition, or burst rate (fixed per image) of at least 50 kHz is attainable. (6) The system shall have a 16-bit digitizer. (7) The system shall have a built-in timing generator that is remotely programmable, through software, to control gate width, delay, and frequency. (8) The minimum delay shall be less than 50 ns. (9) The system shall accept an external TTL trigger source. (10) The timing generator shall provide timing outputs that allow the system to act as the timing master in time resolved experiments. (11) The system shall be thermo-electrically cooled and capable of maintaining the imaging sensor at -20 ?XC (absolute) without the use of water circulation. (12) The camera shall be provided with an F-mount type optical mount. (13) The system shall simultaneously be controlled by and transmit data to a personal computer (including a laptop without docking station) via a single USB 2.0 interface. (14) The system shall be provided with all necessary drivers and other control and data-acquisition software tools that are integrated with the National Instruments LabVIEW environment and allow full, concurrent operation of up to eight individual camera systems. 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. The NAICS Code and the small business size standard for this procurement are 333315 and 500 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, Receiving Section, Building 255, Moffett Field, CA 94035-1000 is required within 120 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 7, 2006 to Christine M. Benavides, M/S 227-4 Moffett Field, CA 94035, cbenavides@mail.arc.nasa.gov or (650) 604-0270 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 Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. 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. FAR 52.212-5 (FEB 2006), 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). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Contract Specialist Christine M. Benavides not later than July 31, 2006. Telephone questions will not be accepted. 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, Quality, Past Performance, Warranty, etc 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. 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#121242)
 
Record
SN01096742-W 20060726/060724221434 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.