Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2008 FBO #2245
SOLICITATION NOTICE

67 -- High Speed Digital Image Correlation System

Notice Date
1/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX08T0042
 
Response Due
1/28/2008
 
Archive Date
3/28/2008
 
Point of Contact
Daniel Balizan, 505-678-4349
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Adelphi
(daniel.balizan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-08-T-0042. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated pro visions and clauses are those in effect through Federal Acquisition Circular 05-23. (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 333315. The small business size standard is 500. (v) The following is a list of contract line item number(s) and items quantities and units of measure, (including option(s) if applicable): CLIN 0001 One (1) Vic3D Digital Image Correlation System. (vi) Description of requirements: 1. Two (2) High-speed D igital Cameras Image resolution of 1024 x 1024 pixels (1.05 Megapixels). Operation speeds up to 5400 frames per second at full resolution. Data transfer and communication by Gigabit Ethernet. Standard f-mount lens compatibility. 16 GB memory installed per camera. 2. One (1) Quad-core Intel PC w/ 2GB RAM, 500GB HD, 20 inch LCD Intel Core2 Duo Quad Core 2.66 GHz Processor 2GB DDR2 RAM 256MB PCI Video Card 500 GB 7200rpm hard drive DVD+/-R burner Gigabit Ethernet Communi cation 20 Wide Screen Flat Panel LCD USB optical mouse USB wired keyboard Microsoft Windows XP Professional Operating System 3. One (1) Dual-core Laptop w/ 1GB RAM, 100GB HD, 17 inch LCD Intel Core2 Duo Core 2.0 GHz Processor 2GB DDR2 RAM 256MB PCI Video Card 100 GB 7200rpm hard drive DVD+/-R burner Gigabit Ethernet Communication 17 inch Flat Panel LCD USB optical mouse Microsoft Windows XP Professional Operating System 4. 3D Image Correlation Softwar e The software shall be provided as permanent license software on both the workstation PC and Laptop computer. In addition, two USB hardware keys shall be provided that allow data analysis software to be run on any windows PC. The software sha ll graphically display deformations and strain distributions over a 3D depiction of the geometry of the test article. The software shall also graphically display all data obtained from the high speed camera system as an overlay over the image taken of the test article. The user should be able to select transparency of the overlay images, and post processing features such as minimum/maximum, mean and standard deviation, time-slice extraction, stress-strain curve generation, and data extraction along lines. The analysis software shall include the capability to generate compressed AVI animations of strain distributions and deformation fields both from 3D and image-overlay contour plots. A video player with adjustable frame rate, single step functionality, a nd zooming, shall be included in the analysis software. Contour plots should be able to be saved in TIFF, JPG, PNG, PNM, and Bitmap formats. The software shall provide cut and paste interoperability with Microsoft Office Products on Windows Platforms. All measured results can be exported in ASCII format. Also results can be exported into various other standard formats (such as ACIS) for interoperability with CAD and FEM software. The system and software shall be capable of measuring the complet e strain tensor, as well as major and minor strains. Available strain measurements include Lagrange, logarithmic Lagrange (Hencky), Euler-Almansi, and logarithmic Euler-Almansi tensors. The software shall be capable of being optimized to utilize u p to 32 processors for data processing. Data processing rate for the software shall exceed 30, 00 data points per second for speedy post processing. T he software shall include an automated routine for performing stereo-calibration of the camera system. This calibration system shall include software tools for image adjustment, glare reduction, adaptive image threshol, etc. The software shall automatic ally correct for lens distortion as part of the calibration procedure. The software shall allow for camera disturbance correction  so that the image software is recalibrated without acquiring of additional calibration images. This allows movemen t of the cameras and easy recalibration. Calibration can also be calibrated at full resolution and then this calibration may be applied to reduced resolution images. Data from multiple camera systems shall be represented in a common coordinate sy stem using a single additional calibration step. The software shall optimize accuracy of measurements by utilizing epipolar threshold, matchability threshold and confidence interval threshold. 5. Two (2) Zoom Telephoto 28-200mm f-mount Lens es Mounting system to allow camera baseline, working distance and stereo angle continuous adjustment. 6. Two (2) Carbon Fiber Tripods 7. Two (2) Magnesium Tripod Heads 8. One (1) Extruded Aluminum Channel Camera Mounting System <BR >9. Six (6) High-Intensity Gooseneck Halogen Lamps 10. Three (3) High-Intensity LED Stroboscope Lamps w/ Beam Focus Adjustment 11. One (1) Aluminum Calibration Grid Set 12. Two (2) 35 inch Soft-sided Tripod, Carrying Cases 13. Two (2) Hard-sided Carrying Cases for Calibration Grids, Lenses, and Lighting 14. Two (2) Hard-sided Carrying Cases for Photron Cameras 15. Three sets of Data Transfer and Power Cables. 16. Technical support and software upgrade s for 3 yr. Unlimited phone and email support during this three year period. 18. Delivery, setup and training to be coordinated with the technical point of contact after award. 19. One-year warranty on all non-consumable parts Vendor will be responsible for costs associated with site visits to trouble shoot repair or replace parts under warranty claims. (vii) Delivery is required 30 days after date of contract. Delivery shall be made to U.S. Army Research Laboratory, Shipping and Receiving, Bldg.434 Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, MD. The FOB point is Destination. (viii) The provision at 52.212-1 Instructions to Offerors - Commercial, applies to this acquisition . The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that prov ision are as follows: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. Th e following factors shall be used to evaluate offers: 1. Technical. The technical evaluation will be a determination as to whether the proposed product meets all of the specifications set forth in the solicitation. The technical evaluation wil l be based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their pr oposal all descriptive material such as cuts illustrations, drawings or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. If the vendor pro poses to modify a product so as to conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications a nd clearly mark any descriptive materials to show modifications. 2. Past Performance. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Include records of at least 2 recent sales and identify a point of contact for each by providing a name phone number or email address for each record. 3.Price Technical and past performance are of equal importance and when combined are signif icantly more important than price (b) The Government reserves the right to award without discussions. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specifi ed in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representation s and Certifications -Commercial Items with its offer. (xi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (xii) The cl ause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3 Gratuities 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government 52.219-6 Notice of Total Small Busine ss Set-Aside 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans Veterans of the Vietnam Era and Other Eligible Veterans, 52.222.36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans Veterans o f the Vietnam Era and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50Combating Trafficking in Persons 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52. 233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. The following DFAR clauses apply; 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.227-7015 Techni cal Data-Commercial Items, 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea. Clauses and provisions can be obtained at http://www.arnet.gov. The following local provisions shall be incorporated into any resultant contract: 52.004-0049 RDECOM Point of Contact 52.004-4411 Technical Point of Contact 52.011-4401 Receiving Room Requirements 52.016-4407 Type of Contract 52.032-4418 Tax Exemption Certificate 52.005-4401 Release of Information 52.032-4427 Electr onic Submission of Invoices-Payment by DFAS. Full text versions of the local versions may be obtained upon request. (xiii) The following additional contract requirement(s) or terms and conditions apply: None. (xiv) This acquisition i s rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) The following notes apply to this announcement: None. Offers are due on January 28, 2008 by 3:00pm Mountain Standard Time (MST) at Daniel.Balizan@arl.army.mil (xvii) For information regarding this solicitation, please contact Daniel Balizan, 575-678-4349 Daniel.Balizan@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01487732-W 20080119/080117224228 (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.