Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

67 -- High Speed Cameras

Notice Date
5/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
ACC-APG SCRT - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-11-T-0111
 
Response Due
5/27/2011
 
Archive Date
7/26/2011
 
Point of Contact
Alana Williams, 3013943693
 
E-Mail Address
ACC-APG SCRT - Adelphi
(alana.williams@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The contractor shall provide the following items below to the Army Research Laboratory, Vehicle Technology Directorate, RDRL-VTA, Aberdeen Proving Ground, MD 21005-5069, per the specifications below: The contractor shall provide two (2) High Speed Cameras that meet the following requirements (CLIN 0001): 1.The cameras shall include a small pixel size of no greater than 10x10 micro inches. 2.The cameras shall include a large imager of greater than 2000 x 1000 pixels. 3.The cameras shall accommodate C-mount and F-mount lenses. 4.The cameras shall include a high frame rate of greater than 10,000 frames per second (fps) at a resolution of 512x512 pixel image size. 5.The cameras shall include a high frame rate of greater than 4,000 fps at a resolution of 1024 x 1024 pixel image size. 6.The cameras shall include sixteen (16) gigabytes of on-board memory storage. 7.The cameras shall include external control by Transistor-transitor Logic (TTL) to include both to trigger pre-configured run and for triggering frame-by-frame capture at up to the maximum frame capture rate allowed by camera settings. 8.The cameras shall include a time sync of IRIG-B. 9.The cameras shall include an image auto trigger, where the image changes by designated threshold. 10.The cameras shall include a control interface that accommodates Labview and Matlab software. 11.The camera shall have the capability to interface with the following computer operating systems: Windows 32, XP, Vista, and Seven. 12.The cameras shall have a monochromatic imager. 13.The cameras shall be able to have, simultaneously, optics that allow the imaging of subject that range in size from 2mm and up and focus on a single object from multiple perspectives. 14.The cameras shall function as a stand-alone and portable system for image acquisition and storage. 15.The cameras shall include a rolling window behavior allowing the trigger to be set arbitrarily within the capture sequence. 16.The cameras shall capture at least twenty (20) seconds of image at 1,000 fps at an image resolution of 512 by 512 pixels. The contractor shall provide two (2) Storage Containers that meet the following requirements (CLIN 0002): 1.The containers shall be able to store the high speed cameras (CLIN 0001) in order to store and transport a camera safely to protect against potential wear and tear. 2.The containers shall have a hard exterior shell with a cushioned interior. The contractor shall provide two (2) Tripods that meet the following requirements (CLIN 0003): 1.The tripods shall have an adjustable height of at least three to five (3-5) feet. 2.The tripods shall support the weight of the high speed camera with optics (CLIN 0001). 3.The tripods shall include locking mechanisms for leg positions. 4.The tripods shall include rubber or non-slip feet for the bottom of the legs. 5.The tripods shall easily assemble with the high speed cameras (CLIN 0001) and tripod head (CLIN 0004), where the high speed camera and tripod head fits with the tripod without any safety risks or equipment breakage occurring. The contractor shall provide four (4) Tripod Heads that meet the following requirements (CLIN 0004): 1.The heads shall correctly assemble with the high speed cameras (CLIN 0001) and tripods (CLIN 0003) for where the high speed camera and tripod fits with the tripod head without any safety risks or equipment breakage occurring. 2.The heads shall support the weight of the high speed cameras and optics (CLIN 0001). 3.The heads shall have a minimal motion of pan of a full revolution and a forward tilt of at least plus/minus 30 degrees. 4.The heads shall include geared head with manual hand cranks. 5.The heads shall be relative in size to the cameras, with no large handles extending beyond the tripod head. The Contractor shall provide a total of two (2) Lenses that meet the following requirements (CLIN 0005): 1.Lenses shall have a focal length of 50 mm. 2.Lenses shall be F-mount lenses. 3.Lenses shall have an adjustable aperture and focus. The Contractor shall provide a total of two (2) Lenses that meet the following requirements (CLIN 0006): 1.Lenses shall have a focal length of 105 mm. 2.Lenses shall be F-mount lenses. 3.Lenses shall have an adjustable aperture and focus. The Contractor shall provide a total of four (4) microscope lens that meet the following requirements (CLIN 0007): 1.Lenses shall be long working distance lens greater than three (3) inches 2.Lenses shall be C-mount lenses. 3.Lenses shall have an adjustable aperture and focus. 4.Lenses shall have a minimum of 2/3 inch format of the imager in the camera which the lens can properly cover or illuminate. 5.Lenses shall include objectives sufficient to achieve 0.5-2.5 magnification. The Contractor shall provide a total of three (3) 2 times (x) magnification Telecentric lenses that meet the following requirements (CLIN 0008): 1.Lenses shall be capable of long working distance of greater than three (3) inches. 2.Lenses shall have C-mount lenses. 3.Lenses shall have an adjustable iris. 4.Lenses shall have a minimum of 2/3 inch format of the imager in the camera which the lens can properly cover or illuminate.. 5.Lenses shall have two times (2x) magnifications. The Contractor shall provide a total of three (3) 3x magnification Telecentric lenses that meet the following requirements (CLIN 0009): 1.Lenses shall be capable of long working distance of greater than three (3) inches. 2.Lenses shall have C-mount lenses. 3.Lenses shall have an adjustable iris. 4.Lenses shall have a minimum of 2/3 inch format of the imager in the camera which the lens can properly cover or illuminate. 5.Lenses shall have three times (3x) magnifications. The Contractor shall provide a total of two (2) Lighting Units that meet the following requirements (CLIN 0010): 1.Light units shall include a goose or flexible neck which maintains a position of greater than twenty-four (24) inches. 2.Light units shall have clamp base. 3.Light units shall have sufficient lighting for operation with above cameras at 10,000fps. 4.Light units shall have a small head of no larger than 5 inches x 5 inches x 5 inches. The Contractor shall provide a total of four (4) Spare Bulbs that meet the following requirements (CLIN 0011): 1.Bulbs compatible with the above lighting unit (CLIN 0010). (vii) Delivery is required by 30 July 2011. Delivery shall be made to Army Research Laboratory, Vehicle Technology Directorate, RDRL-VTA, Aberdeen Proving Ground, MD 21005-5069. } Acceptance shall be performed at Army Research Laboratory, Vehicle Technology Directorate, RDRL-VTA, Aberdeen Proving Ground, MD 21005-5069. The FOB point is Aberdeen Proving Ground, Aberdeen MD. (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. 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 at least 2 records of sale for similar items that were sold within 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: 52.203-6, 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-18, 52.225-25, 52.225-13, 52.232-33, 252.225-7001, 252.211-7003, 252.232-7003. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.016-4407 Type of Contract, 52.046-4400 Government Inspection and Acceptance, 52.032-4418 Tax Exemption Certification, 5152.232-4003 Wide Area Workflow (WAWF) Information and Instructions, 52.032-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts, 52.011-4401 Receiving Room Requirements. AMC-Level Protest Program, US Army Research, Development, and Engineering Command Contracting Center (RDECOMAC) - Adelphi Contracting Division Website. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on Friday, 27 May 2011, by 11:59 pm eastern time, at Army Contracting Command - Aberdeen Proving Ground, Adelphi Contracting Division, 2800 Powder Mill Rd., Adelphi, MD 20783, Office 301-394-3693, Fax 301-394-2416, Email: alana.williams@arl.army.mil. (xvii) For information regarding this solicitation, please contact Alana Williams, Contract Specialist, Office 301-394-3693, Fax 301-394-2416, Email: alana.williams@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/770259c8f9f9719cb210ef21cb664fe6)
 
Place of Performance
Address: ACC-APG SCRT - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02457079-W 20110527/110525235201-770259c8f9f9719cb210ef21cb664fe6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.