Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

66 -- STEREO PARTICLE IMAGE VELOCIMETRY -PIV- SYSTEM

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07ZRT011Q
 
Response Due
9/12/2007
 
Archive Date
8/30/2008
 
Small Business Set-Aside
N/A
 
Description
Stereo Particle Image Velocimetry System (PIV) 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 procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. 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 a Stereo Particle Image Velocimetry System (PIV) per the following Specifications: NASA Glenn Research Center (GRC) has a requirement for an integrated stereo PIV ?turnkey? system. The main components of the system are a laser illuminating system, two CCD cameras, an electronic controller, a server PC, system software, optics, accessories and other miscellaneous items. The vendor will perform ?burn-in? assembly with all the required integration and testing of the system prior to shipment. The system should be functional after on-site assembly of the components. The system should be totally integrated and incorporate an intuitive and comprehensive software interface. Minimum Specifications and requirements (a) Illumination System 1. Nd:YAG Dual Cavity pulsed laser - 2 x 200 mJ/pulse @ 532 nm, 15 Hz pulse rate, includes laser heads with beam combination optics and power supplies with integrated control panel 2. Adjustable light sheet optics for 532 nm - sheet waist focal length infinitely adjustable between 300 - 2000 mm, two sets of cylindrical lenses: -10 and -20 mm focal lengths, all quartz optics, anti-reflection coating for 532 nm (b) Image Capture System 3. 2 x Imager Pro X 4M ? 2048 x 2048 pixel resolution, 14-bit digital output, 14 frames/sec (up to 135 frames/sec at reduced AOI), 4 GB on-board memory, 2-stage Peltier cooling, 7.4 x 7.4 mm pixels, 55% QE at 500 nm, 150 nsec or less inter frame time. Includes 64-bit CameraLink interface and all necessary cabling and lens mounts. 4. 2 x Camera accessories - 60 mm focal length, F/2.8 lenses, F-mount 5. Zoom lens system - with 12X magnification factor, working distances of 50, 90, and 160 mm, field of view range of 20 mm to sub-millimeter 6. Camera mounts - 1000 mm optical rail with quantity 2 three-axis adjustable gear head and slider for precision camera alignment 7. 2 x Scheimpflug Camera Lens Adapter - for F-mount camera lenses, full tilt and rotation adjustments fro complex angles providing 360 degree adjustability 8. Dual plane calibration target ? 50 x 50 mm dimensions, with dual calibration planes on each side of the target (c) System Electronics 9. Programmable Timing Unit (PTU) - 16 output channels, 4 input channels (trig in, image capture start/stop, shaft encoder), 10 ns time resolution (PCI bus). In addition, on-board TTL I/O gives 16 programmable output channels and 2 programmable input channels. The software must be able to re-map any or all triggers signals to fit the user?s requirements. Additional detailed requirements: a. The timing electronics must be a PCI-bus (i.e. PCI I or PCI II) device that resides INSIDE the system host computer b. The system timing unit must have 16 output TTL channels and 3 input TTL channels with a time base of 10 nsec. c. The system timing unit must have 16 output TTL channels and 4 input TTL channels with a time base of 1 microsec. d. Hence, the timing unit MUST have a total of 32 TTL trigger output channels and 7 TTL input trigger channels. e. The system software must be able to re-map any or all of the trigger signals to fit with the user?s requirements (i.e. the trigger signals must not be ?hard wired? within the synchronization electronics). f. The timing unit must possess at least one 16 bit clock g. The timing unit must have an upper trigger frequency output limit of at least 1 MHz h. The system timing unit must be programmable via the system software to enable the changing of system parameters during an image acquisition sequence 10. System Computer - server PC, hardware configured to latest specifications at time of purchase, with the following minimum requirements. a. Server-type Motherboard including 2 x dual core processors (Intel Xeon series 551XX or better with min 2.3 GHZ, or AMD Opteron 22XX or better series with min 2.4 GHz), b. 4 GB RAM, c. 16X RW-DVD ROM, d. 250 GB min SATA hard drive, e. 1.44 MB floppy drive, f. System software/camera interface/PTU g. PCI-Express graphics card with 256 MB memory minimum and two DVI outputs. h. Motherboard of server type with on-board Dual Gigabit LAN, min 4 USB 2.0 ports i. In addition to the occupied slots there will be unoccupied min one each PCI-X 64-bit 133/100 MHz, 32-bit PCI, and PCI-Express (X16 speed) slots. j. Unoccupied memory slots enabling expansion up to 16 GB memory min. k. Enclosure will be 4U rack mount/desktop tower type, will provide adequate cooling, will have a 700W minimum power supply and will have expansion capabilities for additional two SATA drives. l. 24? flat-panel LCD monitor, m. Keyboard, mouse, n. Windows XP Professional OS o. Computer installation and testing (d) System Software 11. 2-D and 3-D PIV Software packages - for image acquisition and 2-D PIV/PTV and 3-D PIV, control of all hardware components, macro programming language. a. The software must be virtually ?open source,? allowing unlimited modifications and enhancements by the end users. Full documentation of the software source code must be provided by the vendor. b. The software must be written in a fully integrated (i.e. all software components must run within a single executable program) macro language and the source code for all macros must be provided to the end user. c. The end user must be able to modify exiting macros or create new macros and be able to execute them immediately without requiring compilation. d. The software must support the capture of images from up to 6 cameras simultaneously. e. PIV processing: the software must be able to perform AUTO- and CROSS-correlation PIV processing, it must have multi-pass processing (with n-number of user defined passes) and sub-pixel window off-set for each pass, it must have deformed interrogation window processing. f. The PIV processing algorithms must include elliptical interrogations spots with variable aspect ratio (e.g. 1:1, 2:1, and 4:1) and variable orientation (e.g. horizontal, vertical, or at some angle to the coordinated system). g. For multi camera calibration (e.g. stereo PIV), the software must be able to correct for any misalignment of the light sheet with the calibration target (translation, rotation, and tilt) using Self Calibration. The user should be able to calibrate the system without requiring that the calibration target be placed into the flow field (i.e. the user can calibrate external to the flow and the Self Calibration will mathematically correct for the misalignment of the calibration target and the light sheet). h. For any processed data set, the software must be able to ?recall? all of the pertinent processing parameters for that data set (i.e. the software must record the processing history for every data set). i. The software must have 2-D image calibration for correction of off-axis camera arrangements (i.e. correct image for non-orthogonal viewing of the light sheet) j. The software must have automatic, lossless image compression to minimize storage space requirements on the host computer k. The software must be able to crop images before or after image capture l. The software must be able to ?stitch? images together from multiple cameras or multiple fields of view to give seamless, composite images for large fields of view m. The software must provide image processing, such as high pass filter, and intensity off-set n. Dark field and background subtraction must be available for each camera o. The software must have the ability to define a ?Smart? mask which automatically masks-out moving objects in the field of view (e.g. a fluttering wing, heart valve, etc.). p. All vector and scalar statistics must be computed with the PIV software (i.e. it should not be necessary to export the data to a third party software package (e.g. MatLab or Tecplot)). q. Vector field histograms and scatter plots must be automatically computed for every instantaneous vector field r. Important experimental parameters (e.g. time between laser pulses, image acquisition time, camera exposure time, etc.) must be saved with every image s. The software must be able to flip, rotate, mirror, or apply image distortion correction during or after image acquisition t. The user must be able to define and save multiple processing steps that are performed by the software sequentially and automatically. The user must be able to save these processing steps to a file for future processing using exactly the same settings. u. The user must be able to perform arithmetic operations between images, vector fields, and scalar fields without having to export data to a third party software package. v. The software must support distributed computing on a local area network (e) Flow Seeding 12. Flow Seeder - submicron droplet generator with inlet filter and pressure regulator, 4 nozzle head, 7 x 1010 particle/sec generation rate (f) Articulating Arm 13. Articulating light delivery arm 1.8 m length, mirrors coated for 266/532 nm wavelengths, includes beam launching base and light sheet optics mount (for lasers) (g) System Installation 14. PIV System Installation - on-site by a qualified vendor representative, 2 days minimum. The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 334516 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 is to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. All delivered items shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:00 PM, September 12, 2007 to NASA Glenn Research Center, Attn: Richard W. Amiot, Mail Stop 500-305, 21000 Brookpark Road, Cleveland, OH 44135 or via e-mail to Richard.W.Amiot@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, DUNS number, identification of any special commercial terms, and be signed by an authorized company representative. 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, 52.225-1, 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 All contractual and technical questions must be in writing (e-mail or fax) to Richard W. Amiot not later than September 5, 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 following Best Value Criteria: Evaluation Factors in order of importance are: Technical, Cost, and Past Performance. The Technical Factor is the most important factor. The Best Value Criteria fall under the Technical Factor and are areas which will be given special attention to during evaluation. The Best Value Criteria include: Faster Speeds of the Camera used in the Image Capture System, Availability of Software upgrades and Software Support, and the System Computer Capabilities (i.e. higher graphics memory, etc.) Past Performance: The Offeror shall submit a separate Past Performance Document attached to the quote. At minimum, the Offeror is expected to include the information described below in the Past Performance Document: 1. A statement of past performance and experience. This statement shall include: a. Demonstration of prior experience and technical expertise including but not limited to previous Government contracts/orders, technical publications and conference proceedings, and commercial products. b. Information on any similar efforts currently ongoing that the Offeror feels is relevant to the SOW; c. A list of the three largest Government contracts/orders received in the past three years involving relevant work by the performing entity in the area described in the RFQ/SOW, showing each contract/order number, the Government agency placing the contract, the cognizant Government Contracting Officer's name, e-mail address, telephone number, and FAX number, and a brief description of the work; d. For each contract/order listed above, a record of contract completion as against the date anticipated at the time of entering into the contract/order, with explanations for completion delays; and an identification and explanation of any terminations for default; e. If no Government contracts/orders have been received in the past three years or are currently in negotiation involving relevant work by the performing entity in the area described in the RFQ/SOW, the Offeror must provide a response indicating that no such contracts/orders exist. Lack of contracts/orders will be deemed neutral by the Government. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The Offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the Offeror has completed for the purposes of this solicitation only, if any. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. An ombudsman has been appointed -- See NASA Specific Note "B". 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=22 . 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. http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#126812)
 
Record
SN01391345-W 20070901/070830223215 (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.