Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

67 -- HIGH RESOLUTION STEREO PIV SYSTEM

Notice Date
6/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA07205244Q-AMK
 
Response Due
6/27/2007
 
Archive Date
6/13/2008
 
Small Business Set-Aside
N/A
 
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 Quote (RFQ) for an imaging acquisition system for Stereo Particle Imaging Velocimetry (PIV). The system is required for operating and recording images from high-resolution frame-straddling cameras. The hardware shall have the following requirements: 1. 2 plus one optional cameras with 4 Megapixel sensors that can operate at 30 frames per second (15 PIV instances/second) with each camera having 10 bit (48dB or greater) output. 2. 2 plus one optional cameras with 11 Megapixel and 12 bit (60 dB) sensors. 3. 10 meter and 3 meter camera cables for each camera. 4. Each camera shall have no greater than 1 microsecond inter-frame transfer time in PIV double exposure mode. 5. Frame grabber boards, plus one spare for each camera pair. 6. Stream-to-Disk recorder with 2 Terabytes of capacity. 7. 2 Terabyte RAID for internal disk space for data archive/swap space. 8. Option for additional recorder/computer acquisition systems. 9. TTL pulse generator and software timing control for PIV lasers and camera synchronization. 10. Camera control software that permits viewing while recording and operator control over image transfer and saving. 11. Customized interface to work with in-house PIV software such that image acquisitions can be made for immediate PIV evaluation from a single PIV grab using our software. Interface must accommodate acquisition of calibration images from single snap and permit control over acquisition naming and directory structure. 12. Rack mount option. The provisions and clauses in the RFQ are those in effect through FAC 05-16. The NAICS Code and the small business size standard for this procurement are 443130 and $6.5M respectively. The offeror shall state in their offer their business 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 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 4:00PM PDT, June 27, 2007, by any of the following: mailed to NASA Ames Research Center, Attn: Mr. Kevin J. Sasur, Mail-Stop 227-4, Building 227, Room 119, Moffett Field, CA 94035-1000; or faxed to (650) 604-0270; or e-mailed to ksasur@mail.arc.nasa.gov and must include: solicitation number, FOB destination to this Center, proposed 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 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 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, and 52.232.34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 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); NFS 1852.237-73, Release of Sensitive Information. All contractual and technical questions must be submitted in writing to Mr. Kevin J. Sasur (e-mail to ksasur@mail.arc.nasa.gov or fax to (650) 604-0270) no later than 4:00PM PDT, June 18, 2007. 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, and 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 currently be 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) or any future invoice payment. An ACH form is available at http://www.fms.treas.gov/pdf/3881.pdf All successful offerors must file a 2007 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#125213)
 
Record
SN01318154-W 20070615/070613221923 (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.