Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOURCES SOUGHT

52 -- Scanning Vibrometer System

Notice Date
12/12/2011
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0043
 
Archive Date
1/3/2012
 
Point of Contact
Farrah N. Keller, Phone: 9375224630
 
E-Mail Address
farrah.keller@wpafb.af.mil
(farrah.keller@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing one (1) Scanning Vibrometer System in support of Air Force Institute of Technology. Firms responding should specify that their system meets the specifications provided below and submit detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The required specifications for this equipment are as follows: Government Requirements: 1. The laser scanning vibrometer system shall be fully upgradeable to a 3D scanning vibrometer with simultaneous laser measurements from three directions, video camera or geometry file import for establishing scan points. 3D system scans multiple points per second. 2. The system shall have laser autofocus at specific points. 3. The system shall have motorized, remote laser focus. 4. The system shall incorporate digital velocity decoding for higher resolution and better speckle noise rejection characteristics. 5. The system shall have 40° x 40° maximum scan field for scanning large structures in tight spaces. 6. The system shall have a +/- 10 m/s maximum velocity enabling wider range of applications. 7. The system shall have a maximum vibration frequency 80 kHz available simultaneously over four input channels. 8. The system shall incorporate signal quality-based signal enhancement and laser dithering for improved data signal-to-noise. 9. The system shall have live, full-field and optically zoomable video camera used for defining scan points and displaying data. 10. The system shall have a tracking filter, selectable slow, fast and off. Very effective at reducing laser speckle noise, a physical phenomenon associated with all laser vibrometers. 11. The system shall have the ability to scan quickly over areas with greatly varying reflectivity such as dissimilar colors and edges. 12. The system shall have the availability of modular decoder boards to extend frequency response of analog output up to 30 MHz. 13. The system shall have the availability of modular decoder boards with real-time voltage output proportional to displacement. 14. The system shall have scan speed in FFT mode up to >23 points per second. 15. The system shall have heterodyne design incorporating Bragg cell. 16. The system shall have the available scan head upgrade for taking high-resolution (down to 1µm) measurements through microscope. 17. Normalization of data acquired during fast, single frequency scanning. 18. The system shall have direct support in USA from manufacturer. 19. The system shall have live color CCD video camera with remotely operated auto/manual focus zoom. 20. The system shall have 4 channel data acquisition for data manipulation, presentation and file transfer. 21. The system shall have the ability to convert files to Universal File Format(UUF). 22. The system shall have scan geometry definition software for geometry file imports, object rotation, polar, hexagonal, and Cartesian coordinate system. 23. The system shall have internal arbitrary waveform generator with the capability to generate sin, periodic chirp, pseudo fandom, burst chirp, burst random,, true random, rectangle, triangle, ramp and user-defined. 24. The system shall have a maximum output voltage of ±10V. 25. The system shall have a maximum current output of ± 5mA 26. The system shall have a maximum signal frequency of 10 kHz All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantage business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates and the number of employees does not exceed 500. NAICS code to be used for this acquisition is 334519. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by the respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Governments evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8 (a), SDB, WOSB, VOSB, etc.) Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following email address: Farrah.keller@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOBA POC: Farrah Keller, 1940 Allbrook Drive, Suite 3, Room 109, Wright Patterson AFB, OH 45433-5309 to be received no later than December 16, 2011. Direct all questions concerning this acquisition to Farrah Keller at Farrah.keller@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0043/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02637490-W 20111214/111212234209-648ad53e20c8242865c5db85dcd12a05 (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.