Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

59 -- Infrared Camera

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-09-T-0278
 
Response Due
9/18/2009
 
Archive Date
11/17/2009
 
Point of Contact
neal gowda, 301-394-3371
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(neal.gowda@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. (i) This 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A Firm Fixed Price (FFP) type contract is anticipated under referenced Salient Characteristics, which DD 1449 form will be used. (ii) The solicitation number is W911QX-09-T-0278. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. (iv) The associated NAICS code is 3825. 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 High Speed Infrared Camera System, Quantity one (1); CLIN 0002 Shipping, Quantity one (1). (vi) Description of requirements/Salient Characteristics: The following characteristics are required of a high speed infrared (IR) camera system. 1. The High Speed Infrared Camera System (HSICS) shall consist of infrared (IR) lenses, a Focal Plane Array (FPA), Read Out Integrated Circuits (ROIC), data transfer and means of storage in a Contractor provided personal computer (PC) or laptop with appropriate interfaces. The Contractor shall include software packages needed to acquire, process and display images obtained with the system. All supplied units shall function on 120VAC, 60Hz power. 2. Lenses: Two (2) interchangeable lenses - one 50mm focal length and one 100mm focal length. The lenses must be capable of providing diffraction limited images in the 3 5 micron IR band. The resolution must be equal to or smaller than the pixel size of the supplied focal plane array, over the arrays entire field of view (FOV). Transmission losses less than 20%. Mounting of both lenses must be twist on bayonet type and are to fit directly onto the HSICS. Both lenses must be either compatible with the camera body or an adapter must be attached to the camera body that will accommodate the lenses. 3. Focal Plane Array (FPA) Characteristics: Material - Indium Antimide (InSb), Liquid Nitrogen or Stirling Cycle Cooled Format - at least 1000 x 1000 pixels. Noise Equivalent Temperature Difference (NEDT) - less than 25 milli oK Pixel Size (PS) 15 microns greater than PS less than 24 microns Pixel Well Depth greater than or equal too 2 x 106 electrons The array must be configured to respond to both incident IR and visible radiation. The HSICS must be equipped to support Government owned visible bayonet type Twist lock Lenses The incident flux must be spectrally selectable, by means of a REPLACEABLE bandpass filter located in the optical path. The Contractor shall provide one such bandpass filter with a range three (3) to five (5) microns. Data accumulation on the FPA must be able to run continuously or in a triggered mode as selected by the user. Data accumulation must be able to be started and stopped with externally provided TTL Pulses. 4. ROIC. The array must have the capability of being read out at a rate of more than 100 images per second. Each pixel must provide up to 14 bits of encoded data, which will indicate the intensity of impinged flux. The HSICS must also have the ability to window its scan, to a user-defined smaller portion of the FPA by factors of 2 and scan them at faster rates. The smallest such area of regard shall not be less than 64 pixels high x 320 pixels wide and be scanned at rates in excess of 1600 frames per second. 5. Data Transfer: All HSICS functions must be controllable from a Contractor provided PC via links that are also to be provided. Image data from the camera must be transferable from the Contractor provided PC via a Full Cameralink communications connection and frame grabber that will also be provided by the Contractor. 6. Personal Computer: The personal computer system must include processor, CD drive, USB ports, keyboard, mouse and 19 inch LCD monitor. The PC must operate under Microsoft Windows XP. It must include the capability to accommodate and power the frame grabbers and other hardware needed to power and communicate with the camera. The PC must be capable of transferring and recording two (2) seconds of data at its highest image data transfer rate in real time without interruption. It must also be capable of supporting any and all Contractor provided software as listed below. 7.. Software: The Contractor shall provide software that will run on the Contractor provided PC and can control the camera including frame rate, windowing, exposure integration time, data accumulation cycle, triggering and offset properties. The software must also control image transfer via the CameraLink connection and storage in the computers memory. Once stored on the computer, the software must allow the operator to process the images controlling pixel by pixel or image by image to include brightness, contrast and grey scale. The software must allow for mathematical manipulation of the stored data including frame subtraction, averaging, windowing, false coloring and sequencing. The software must permit the operator to display the imagery and print it out. The software must enable the recasting of the raw data into a Contractor provided format. The Contractor shall provide at least one (1) of the following formats -.avi,.mpg, or.wmv. The software must also allow the user to capture individual frames into.jpg or.tif formats. 8. Accessories: A carrying case or cases that must enable the system to be air transported to remote sites without damage to the system. (vii) Delivery is required by three (3) months after date of award. Delivery shall be made to US Army Research, Development and Engineering Command, Acquisition Center, Aberdeen, MD. Acceptance shall be performed at Aberdeen, 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 provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely 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 proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 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. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 6 records of sales of the proposed system or systems of comparable function and complexity from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (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 Representations 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 clause 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, 52.212-5, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, DFARS 252.212-7001,252.225-7001, 252.232-7003, 252.247-7023. (xiv) The following local provision apply: ARL Provisions 52.005-4401, 52.011-4401 Alt I, 52.032-4418, 52.032-4427, 52.037-4402, 52.037-4403, 52.037-4400 ATL, and AMC-Level of Protest Program (Oct 1996) and the US Army RDECOM. Provisions can be obtained by contacting the Contract Specialist, Mr. Neal Gowda at Neal.Gowda@arl.army.mil. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 18 Sep 09, by 11:59 PM, to Neal Gowda, Contract Specialist, NEAL.GOWDA@ARL.ARMY.MIL (xvii) For information regarding this solicitation, please contact Neal Gowda. NEAL.GOWDA@ARL.ARMY.MIL 301-394-3371
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX-09-T-0278/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen Proving Grounds Aberdeen Proving Grounds Aberdeen MD
Zip Code: 21005
 
Record
SN01954214-W 20090916/090915001639-f55c5e5668b14ca9575ead739b3ca853 (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.