Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

66 -- Thermal Imaging Radiometric Camera System

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3F3CE7215AU01_Watkins
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3CE7215AU01 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and through Department of Defense Acquisition Regulation Change Notice 200700828. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 334515; Small Business Size Standard: 500 employees. (v) CLIN (0001) ThermaCAM P640 with 24? Lens (Package 172) or equal Thermal Imaging Radiometric Camera System with the following specs: SPECIFICATIONS FOR INFRARED THERMAL IMAGING SYSTEM Camera Detector * Must be a radiometric Focal Plane Array uncooled Microbolometer. * Must operate in the long wave spectrum (7.5 to 13 ??m) * Resolution must be a minimum of 640 X 480 pixels. * Accuracy must be a minimum of ?2?aC or ?2% of reading. Systems only specifying 2% of Range Full Scale will not meet accuracy requirements. * The thermal sensitivity (NETD) must be .06?aC or better at 30?aC *The Camera must be calibrated from ?40oC to 500oC with optional up to 2000oC Camera Features * System must have an 8 to 1 continuous electronic zoom function * Camera must have auto focus as well as manual focus by turning the lens * System must have an integrated digital camera capable of capturing and storing color visual images with a resolution of no less than 1.3 mega pixel * Visual camera must have an integrated target illuminator (flash) * System must have a laser locator * Must be capable of storing a minimum of 500 images to an SD Card * IR digital image data must be a minimum of 16 bits * Must be capable of storing standard JPEG image, which can be loaded directly into Windows programs like Word or emailed and opened without the need for additional software * System must have an adjustable color viewfinder with a resolution of no less than 800 x 480 pixels * System must have an LCD size of 5.6? or better * System must be capable of capturing burst recording. This recording must be a radiometric recording with on board AVI recording capabilities. Power Options * Field replaceable battery must last a minimum of 3 hours. * System must be capable of charging a battery in the camera. * Battery charger must be capable of charging at least 2 batteries at a time. Operational Environment Features * Must operate from -15?aC to +50?aC * Must weigh less than 4 lb. as it is used in the field (including battery and LCD display) * Must be rugged with an encapsulation rating of IP54 IEC 529 and come with a solid carrying case. * Systems with an exposed battery are not acceptable for our application due the high risk of moisture and soot contamination. * Must be rated for at least a 25G-shock rating. Systems without a shock specification are not acceptable due to the harsh environment this equipment will be used in. Camera Requirements * Camera must have the ability to measure 10 or more spots simultaneously. * Must have a Delta Mode allowing the user to measure the temperature difference between two spots * Must have inputs for emissivity and background temperature to get an accurate temperature measurement * Must have the ability to measure 4 or more areas simultaneously * Must have the ability to select a minimum of 10 text labels directly in the field from a user pre-defined list of relevant text selections and store them with the image. * Must have up to 5 different user profiles that can be selected as more than one operator will use the instrument * Must be a radiometric Focal Plane Array (FPA), uncooled microbolometer. * Resolution must be a minimum of 120 X 120 pixels. * Must measure from -10?aC to at least 350?aC (14?a F to at least 662?a F) to cover all of our intended applications. * Accuracy must be a minimum of +/-2% (or +/-2?aC) of reading. Systems only specifying +/-2% of ?Range Full Scale? are not accurate enough and therefore unacceptable. * Lens configuration must be no less than 25o FOV for better image composition. * System must have a laser locator. Systems without a laser locator make it difficult to identify problems and could compromise our safety. * Battery must be Li-ion and must operate for no less than 6 hours continuous use. * Camera must store Jpeg images to removable SD card and must also be able to download images with USB connection to camera. * Camera must have a tripod mount on camera with standard ??-20 mount. * Must weigh 1.25 lbs or less as it is used in the field (including battery) * Must be rugged with a solid metal casing in accordance with IEC 529 Software Requirements * Must be Windows-based image analysis program * Reports must be able to be generated in Microsoft Word with post processing capabilities * Trending, line profiles, and image fusion must be features of the software * The software license must allow us to only need one license and share the software with the IR instrument to others in our organization Functionality Requirements * Must have a minimum of one temperature spot and have area max or minimum temperature readout using area box. * System must have a 3.5? LCD or larger which operates in Color or Black & White * Must be capable of storing standard JPEG image, which can be loaded directly into Windows programs like Word or emailed an opened without the need for additional software. * System must be capable of storing 50 JPEG Radiometric images directly on camera. * Must be environmentally sealed and suitable for harsh environments with an IP54 enclosure rating. Systems with an exposed battery are not acceptable for our application due the high risk of moisture and soot contamination. * Must be rated for at least a 25G-shock rating. Systems without a shock specification are not acceptable due to the harsh environment this equipment will be used in. Required Image analysis * System must be able to transfer images to our PC without the use of special software as we intend to share the images with multiple users and do not want to worry about software or computer connectivity. * System must store radiometric images that can be downloaded to optional infrared software for in-depth thermal analysis. * Optional software must have ability to load thermal and visual images, measure at least 10 temperature spots and 10 areas. * Software must not require a security device and camera must not save images in a proprietary format. * Must use generic format such as JPEG to allow for use in multiple applications. Training * Camera must be able to be serviced, calibrated or repaired in the continental United States. * Manufacturer must offer Level I, II and III infrared training and certification procedures in compliance with ASNT guidelines including hardware and software training. Training through a 3rd party is not acceptable. The application of this product is specific to the Energy Management Program in support of Executive Order 12123 energy conservation requirements for DOD. To support this application proper thermal imaging must be obtained, which is utilized to specify corrective actions and / or identify projects. (vii) FOB-Destination for delivery to: 366 CES Mountain Home AFB, ID. Delivery NLT 5 Weeks ADC. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer --- Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.?Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Quotes must be emailed to mistelle.watkins@us.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 16:00 MST, 19 September 2007.
 
Place of Performance
Address: Mountain Home AFB, ID
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01402284-W 20070913/070911220826 (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.