Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

66 -- Infrared Imaging System

Notice Date
5/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-08-10782
 
Response Due
5/28/2008
 
Point of Contact
COURTNEY R. WHITING, Contract Specialist, Phone: (513)487-2002, E-Mail: whiting.courtney@epa.gov; SANDRA V. SAVAGE, Placement Contracting Officer, Phone: (513)487-2046, E-Mail: savage.sandra@epa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Infrared Imaging SensorThis is a combined solicitation for commercial items exceeding the Simplified Acquisition Threshold, although prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 05-25. This requirement is 100% set-aside for small businesses. A firm fixed price contract is anticipated to result from the award of this solicitation. The NAICS code is 334516, and the size standard is 500 employees.Evaluation CriteriaThis is a "best value" acquisition procurement. The Government will select the offeror for award that presents the best values (i.e., is the most advantageous) to the Government, technical and price considered. For this requirement, price may not be the deciding factor. Contractors shall provide a technical proposal that specifically addresses each of the technical evaluation criteria set forth below. The contractor's overall proposal will be evaluated based on the strengths and weaknesses of the contractor's proposal.A.Technical Criteria1.Sensor spectral capability: System shall have imaging capability with at the minimum a single, broadband spectral sensitivity. The desired capability is to have multispectral to hyperspectral capability of over 3 bands to over 30 separate, continuous bands.2.Portability: System shall be hand portable or be easily carried by a single person. 3.Multiple lenses: System shall have multiple lenses to obtain various sensor field of views.4.Aircraft mountable: System shall be capable of mounting in a camera ready aircraft or by helicopter side mounting. Offers response shall provide the hardware and software to implement an aircraft mount. GPS/INS system shall be integrated in the system. 5.System shall include all necessary software to operate unit and accessories such as GPS and to analyze data. 6.System must meet the additional minimum performance specifications listed in the attached Specifications.B.Demonstration of Qualifications: Offeror shall demonstrate technical qualifications for engineering and developing imaging sensors for remote sensing data collection.. C.Past Performance: Offeror shall demonstrate past performance by providing a list of at least 3 contracts conducted during the last 3 years on contracts and/or subcontracts involving work similar in scope, magnitude, and complexity to that is covered in this solicitation. The Offeror shall provide a brief synopsis which includes description of objectives, the date work was performed, status of results (successful or unsuccessful), and client contact information including name, address, point of contact, and telephone and/or email).(You must notify all client contacts that the government may be contacting them regarding your performance of the projects in question.) D.Price. Provide a fixed price quote. SPECIFICATIONSInstrument must meet these specifications in addition to meeting the above standards: 1.The system shall be field portable with onboard battery power and cooling. 2.The system shall be ruggedized to enable data collection from airborne platforms such as helicopter or light aircraft, or in a groundbased configuration. 3.If the detectors require cryogenic cooling, then onboard Steriling cooled systems shall be used rather than liquid nitrogen.4.The sensor output shall be non-proprietary video imagery or frame.5.The application requirement for this system shall include:(a)Fugitive emission detection, i.e. gas phase compound leak detection, at industrial facilities. The sensor shall have thermal sensitivity of greater than 100mk at 30 deg C. The sensor imaging system shall have a frame rate of at least 30 Hz. The sensor optics and display shall be configured as to allow detection of gas emissions, if present in the filed of view, in the image by visual inspection.(b)Remote sensing of biophysical processes for ecological studies. Sensor shall have variable optical field of views for observing targets at differing distances. System must be and field portable with most components house in a single unit. System shall have ability to record and store data housed in a single unit. System shall have ability to record and store data in anon-proprietary format for subsequent analysis.(c)Wide area mapping capabilities. System must be ruggedized and capable, with little additional hardware modification, of being mounted on aircraft including either light fixed wing or helicopter. Applicable Clauses: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, and the specific evaluation criteria: (See Technical Evaluation Criteria attachment) Offers shall provide information to demonstrate/substantiate that its quote meets the requirements in the Statement of Work; FAR 52.212-3, Offeror Representations & Certifications-Commercial Items, shall be completed by offeror and submitted with quote, unless the offeror?s registered with CCR; FAR 52.212-4, Contract terms & Conditions-Commercial Items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13. FAR 52-225-1, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; all clauses can be found at: http://farsite.hill.af.mil/VFFAR A.HTM. In addition, the following US EPA EPAAR clause is applicable to this RFQ: EPAAR 1552.233-70, Notice of Filing Requirements for Agency Protests, and 1552.211-79, Compliance with EPA Policies for Information Resource Management. These EPAAR clauses are available at http://www.epa.gov/oam/ptod/epaar.pdf. The government anticipates award, using simplified acquisition procedures, of a contract resulting from this solicitation to the responsive/responsible offeror whose quote conforms to the solicitation, and is most advantageous to the Government, price and other factors considered. Offers shall submit 1 copy of their quotation that references the title of this solicitation, no later than May 28, 2008 at 3:00 PM (EST) to Courtney R. Whiting, at whiting.courtney@epa.gov. Questions or comments may also be directed to Courtney Whiting, at (513)487-2002 or whiting.courtney@epa.gov. The last day for Technical Questions is May 21, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4529446399981fbe203069bccec8202f&tab=core&_cview=1)
 
Record
SN01573151-W 20080516/080514220626-4529446399981fbe203069bccec8202f (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.