Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

67 -- Video Photometric Camera

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-10-Q-80127
 
Archive Date
11/5/2010
 
Point of Contact
Alison Fecht, Phone: 617-494-2631
 
E-Mail Address
alison.fecht@dot.gov
(alison.fecht@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Solicitation No. DTRT57-10-Q-80127 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 13, Simplified Acquisition Procedures (SAP) and FAR Part 12, Acquisition of Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The NAICS Code is 333315 and the Small Business size standard is 500 employees. The Government intends to award a firm fixed price purchase order to acquire a video photometric camera in accordance with the Statement of Work (SOW). STATEMENT OF WORK - (Begin) A. BACKGROUND The Behavioral Safety Research and Demonstration Division of the Volpe National Transportation Systems Center (Volpe Center), in support of the Human Factors Research and Engineering Group at the Federal Aviation Administration (FAA,) has been asked to perform a study reviewing and analyzing the existing and projected technologies, more specifically, NextGen flight deck technologies for surface operations, airport signs, markings and lighting. The research will help to ensure interoperability with out-the-window surface navigational aids and enhanced vision aids on the flight deck for low visibility operations. B. OBJECTIVE As part of this project, one task involves the collection of video photometric data that measures the intensity and amount of light emitted from the lights, signs and markings on the airport surface from the flight. The data will be collected from the pilots’ eye height from the normal sitting position of the pilot within the flight deck. The video photometric data will be collected during taxiing, takeoff, parking, final approach, and landing flight phases. The Government requires a video photometric camera to support this task. C. REQUIREMENTS/SPECIFICATIONS The video photometric camera must meet the following specifications: C.1. Physical/Mounting: 1) Must be safely mountable in front of the co-pilot looking forward through the windscreen without bulky mounting apparatus; 2) Must be able to be removed quickly/portably (within 2 minutes or less) from its mounting position in case of emergency (SLR based); 3) Minimal cable connection or battery operation preferred; 4) The instrument must weigh less than 1.5 pounds; 5) Should be smaller than (WxHxD): 6 x 4.5 x 5 in.; and 6) Must include remote controlled shutter operability (ability to control shutter speed from at least 15 feet away) C.2. Functionality: 1) Infinity focus capability; 2) Automatic focusing capability; 3) Luminance Resolution = 1728 x 1152 (i.e., photometric evaluation at each pixel in the image); 4) Minimum image capture speed of 0.25 milliseconds or 1/4000 second or better; 5) Viewing angle better than 15 degrees with standard lens, capability to expand to wider angle; 6) Optical zoom capability; 7) 12 bit digital resolution or better; 8) On/in device data storage; 9) Optional remote control operated; and 10) Traceable calibration to internationally recognized standard C.3 Software: 1) PC Operating System: Windows XP; 2) Capability to download image files from the unit to a computer for further analysis; and 3) Image evaluation software with the capability to: Evaluate single images; Provide photometric calculations on individual pixels in each image; Allow for isolation of specific targets of interest within each image; Provide time stamp for each image; Allow for alternation of standard CIE illuminants; and Provide photometric luminance data in the CIE system, units cd/m2 D. Delivery: The video photometric camera shall be delivered within 10 days after receipt of purchase order to the following location: U.S. DOT/RITA/Volpe National Transportation Systems Center 125 Munroe Street Receiving Dock Cambridge, MA 02142-1001 Attn: Catherine Guthy, RVT-81 STATEMENT OF WORK --- (End) Proposal Pricing: The Contractor shall provide pricing for the following item in accordance with the above Statement of Work: Contract Line Item Number (CLIN) 0001: Video Photometric Camera. Unit Price $____________, Total Firm Fixed Price $____________. Instructions to Offerors: An award will be made to the source whose quote, conforming to the solicitation and specifications identified in the Statement or Work, is determined to offer the best value to the Government in terms of the lowest proposed price. The signed offer must be submitted via e-mail to Alison.Fecht@dot.gov no later than 3:00 P.M. EST on August 11, 2010. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Alison Fecht, RVP-32, 55 Broadway, Cambridge, MA 02142. FAR 52.212-1, Instruction of Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via the Online Representations and Certifications Application (ORCA) at the following website: https://orca.bpn.gov. The Offeror must be registered in the Central Contractor Registration (CCR) in order for the Government to proceed with award. For registration information and/or to update profile information, log onto http://www.ccr.gov. FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition and are incorporated by reference. Additional clauses cited in FAR Clause 52.212-5 that apply to this acquisition are: 52.203-6, 52.222-21, 52.222-26, 52.222-36, and 52.232-33. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or by calling 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-Q-80127/listing.html)
 
Place of Performance
Address: Cambridge, Massachusetts, 02142, United States
Zip Code: 02142
 
Record
SN02232029-W 20100808/100806235500-1278835a7247be8d93d0369db4ac457f (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.