Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

67 -- Electron-Multiplying Charge-Coupled Device Cameras and Imaging Spectrographs

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, MD, 20705, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
701126517300248
 
Response Due
8/15/2007
 
Archive Date
8/30/2007
 
Description
This is a combined synopsis/solicitation for the commercial item identified below, 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 shall not be issued. This solicitation number is: 701126517300248, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005:18. This solicitation shall be solicited on a unrestricted basis. The North American Industry Classification Code (NAICS) code is 334516. The U.S. Dept. of Agriculture intends to procure the following items (or equivalent) - ELECTRON-MULTIPLYING CHARGE-COUPLED DEVICE (EMCCD) CAMERAS - that are manufactured by "Andor Technology Limited" - located in South Windsor, Connecticut - at phone number: 860-290-9211. LINED ITEM 1: EMCCD Camera: Model: DL658MTIL: Quantity of 1 each: MINIMUM REQUIREMENTS: Shall be a upgraded replacement item for an existing line scanning Hyperspectral Reflectance and Fluorescence Imaging System "HRFIS" - that was developed by U.S. Dept. of Agriculture, located in Beltsville, Maryland. EMCCD Camera shall be compatible and operational with the existing software for camera control and data acquisition developed for the "HRFIS" based on the Andor Tech. LTD. Model: SDK (software Development Kit). The above EMCCD camera shall 658 x 496 pixels with 10 um square pixel size, and shall operate at 12.5 MHz pixel read-out or data trasnfer rate, thrmo-electronically cooled to minus 20 degrees celcius, and shall have a a 14-bit image data resolution. The EMCCD camera shall work with a c-mount lens or a c-mount imaging spectrogragh. The camera shall be compatible and shall operate with the USB 2.0 plug and play connectivity for camera control and image data transfer. The EMCCD Camera shall not require an external control box or computer installed control board for camera control and data digitization and transfer. LINED ITEM 2: EMCCD Camera: Model 604:4M:OEM: QUANTITY OF 2 EACH: MINIMUM REQUIREMENTS: Shall be a upgraded replacement item for an existing online line:scan Automated Apple Inspection System "AAIS" developed by U.S. Dept. of Agriculture, located in Beltsville, Maryland. EMCCD camera shall be compatible and operational with the existing software for camera control and data acquisition developed for the "AAIS" based on the Andor Tech. LTD. "SDK" Software Development Kit". The EMCCD Camera shall operate in a software programmable, random track mode for rapid online multispectral image acquisition, The above EMCCD camera shall have 1002 x 1004 pixels with 8 um square pixel size, and shall operate at 13.5 MHz pixel read-out or data transfer rate, thermo-electrically cooled to -20 degrees celcius, and shall have a 14 bit image data resolution. The EMCCD camera shall work with a c:mount lens or a c:mount imaging spectrograph. The above listed camera shall be compatible and operate with USB 2.0 plug and play conectivity for camera control and image data transfer. The EMCCD camera shall not require an external control box or computer installed control board for camera control and data digitization and transfer. U.S. Dept. of Agriculture also intends to procure the following item "Or equivalent" that is manufactured by the Foreign Vendor: Spectral Imaging Ltd.: Located in Oulu, Finland at Phone number. 358:8:5514:495 LINED ITEM 3: Item: V10E Imaging Spectrographs: QUANTITY OF 2 EACH: MINIMUM REQUIREMENTS: Shall be upgraded replacement items for the existing on:line line:scan Automated Apple Inspection Ssytem "AAIS" and on:line line:scan automated chicken carcass inspection system "ACCIS", respectively, developed by U.S. Dept. Of Agrilcuture in Beltsville, Maryland. The Imaging spectrographs shall have a spectral range of 400-100nm with dispersion of 97.5 nm/mm and 2.8 nm spectral resolution. F/2.4 numerical aperture, image size of 6.15 x 14.3 mm or 16 mm diagonal dimension, 30 um slit width with effective slit length of 14.3 mm, standard C-mount adapter, and back focal adjustment of "Plus or minus" 1mm. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.202-1 Definations; 52-203-5 Convenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback procedures; 52.204-3 Taxpayer Identification; 52-204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-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, 52.216-24 Limitation of Government Liability; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Faxed Quotations are acceptable and shall be faxed to John Wilkinson to fax number (301) 504-8696 on or before August 15, 2007. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the requested item meets or does not meets each of the Government?s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is August 16, 2007. All responsible sources may submit a quotation, which shall be considered by the Agency.
 
Place of Performance
Address: U.S. DEPT. OF AGRICULTURE, 10300 BALTIMORE AVENUE, BUILDING 303, BARC-EAST, BELTSVILLE, MARYLAND
Zip Code: 20705-2350
Country: UNITED STATES
 
Record
SN01355973-W 20070801/070730220128 (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.