Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
MODIFICATION

66 -- Polarimetric Hyper-Spectral Imaging Capability Long Wave Infrared AND Mid Wave Infrared

Notice Date
2/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens 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-0051
 
Archive Date
3/30/2012
 
Point of Contact
Jennifer R. Begg, Phone: 9375222277
 
E-Mail Address
Jennifer.Begg@wpafb.af.mil
(Jennifer.Begg@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOLICITATION HAS BEEN EXTENDED. THIS EXTENSION WAS POSTED LATE DUE TO FEDBIZOPPS BEING NON-FUNCTIONAL ON FRIDAY 10 FEBRUARY 2012. THE NEW CLOSING DATE IS 17 FEBRUARY 2012 AT 12:00PM EST. This is a combined synopsis/solicitation for polarimetric hyper-spectral imaging(HSI) capability in the long-wave infrared (LWIR) and polarimeteric HIS capability in the mid-wave infrared (MWIR), was prepared in accordance with the format in Federal Acquisition Requirements (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. The solicitation number for this requirement is FA8601-12-T-0051 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, 03 Jan 2012. This solicitation document is Full and Open Competition under North American Industry Classification System Code 333314. Size standard is 500 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Requirements: Quantity of One (1) Long-Wave Infrared Hyper-Cam LWIR Upgrade for LWIR Hyper-Cam with Polarimetric Measurement Capabilities polarimetric hyper-spectral imaging (HSI) capability in the long-wave infrared (LWIR). The currently owned LWIR Hyper-Cam currently enables HSI measurements and we seek to upgrade this instrument with a polarizing element to enable polarimetric HSI data collection. LWIR Hyper-Cam polarimetric requirements The specific technical requirements of this polarization hardware (PH) are as follows: The optic must have a surface finish of 40/20 scratch/dig or better for quality imaging. The optic must have an anti-reflective coating for 8-12 µm to minimize the formation of ghost images at the image sensor. The PH must enable the collection of HSI data between 8-12 µm in two orthogonal polarization states, hereafter denoted H for horizontal (0°) and V for vertical (90°). The PH substrate must be a non-hygroscopic material. The extinction ratio of the PH must be 300:1 or better between 8-12 µm. For example, the throughput of V-polarized light must be a factor of 300 less than H-polarized light when the PH is in the H position. The transmission efficiency of the desired polarization state must be greater than 70% between 8-12 µm. Selection of the H or V polarization state must occur with an accuracy of 0.1°. For example, H = 0.0°±0.1° and V = 90.0°±0.1°. The user must be able to set arbitrary polarization orientations (other than H or V). The H or V polarization angle must not fluctuate more than 0.1° during data acquisition. The instrument upgrade must be delivered within six months of receipt of order. These research projects require calibrated polarimetric HSI data collected under challenging field (non-laboratory) conditions. To expedite field data collection and reduce probability of data acquisition mistakes, the polarizing hardware (PH) must be fully integrated into the instrument. In addition to the specifications above, the following requirements pertaining to its operation within the existing Hyper-Cam instrument and associated control software must be met: The PH must have a clear aperture of at least 71 mm to enable use of the Hyper-Cam's full entrance aperture. The PH must be placed behind the Hyper-Cam's on-board blackbody calibration sources to ensure the effects of the PH are accounted for during instrument calibration. The PH must be removable by the end-user so that non-polarimetric HSI data can still be collected with the upgraded LWIR Hyper-Cam. The Hyper-Cam data acquisition software must be modified so that specific polarization states (e.g., H, V, or arbitrary angle) can be selected using the graphical user interface (GUI). Additionally, the GUI must indicate which polarization state (H, V, or arbitrary angle) is currently active. The PH must be fully functional using only the Hyper-Cam's existing power supply. The Hyper-Cam data acquisition software must be modified so that the specific polarization state (e.g., H, V, or arbitrary angle) is stored in the header file of each raw polarimetric HSI data cube. These projects also require a detailed understanding of sensor performance so that appropriate choices in the spectral, spatial, temporal, and polarimetric trade-space can be made for each experiment. A full-scale sensor model is needed to predict the radiative transfer process in the Hyper-Cam. The model must be written in Matlab as this is the computational environment our research group uses. Given a high-resolution scene radiance, the sensor model must accurately predict the instrument response as a function of Michelson mirror position by accounting for: The spectral transmittance of the optical elements The spectral self-emission of the optical elements The vignetting effect of the stops and optical elements The spectral detector responsivity The interferometer sampling frequency The optical throughput The interferometer modulation efficiency The angle-dependent effect of the polarization optic Additionally, the sensor model must enable the prediction of the noise-equivalent spectral radiance as a function of instrument settings by accounting for the following noise sources: The photon noise from the scene The photon noise from the instrument The readout noise The detector dark current noise The quantization noise The spectral resolution The camera integration time The Michelson interferometer sweep speed The angle-dependent effect of the polarization optic Quantity of One (1) Mid-Wave Infrared Hyper-Cam MWIR Upgrade for MWIR Hyper-Cam with Polarimetric Measurement Capabilities polarimetric hyper-spectral imaging (HSI) capability in the mid-wave infrared (MWIR). The currently owned MWIR Hyper-Cam currently enables HSI measurements and we seek to upgrade this instrument with a polarizing element to enable polarimetric HSI data collection. MWIR Hyper-Cam polarimetric requirements The specific technical requirements of this polarization hardware (PH) are as follows: The optic must have a surface finish of 40/20 scratch/dig or better for quality imaging. The optic must have an anti-reflective coating for 1.5-5.5 µm to minimize the formation of ghost images at the image sensor. The PH must enable the collection of HSI data between 1.5-5.5 µm in two orthogonal polarization states, hereafter denoted H for horizontal (0°) and V for vertical (90°). The PH substrate must be a non-hygroscopic material. The extinction ratio of the PH must be 300:1 or better between 1.5-5.5 µm. For example, the throughput of V-polarized light must be a factor of 300 less than H-polarized light when the PH is in the H position. The transmission efficiency of the desired polarization state must be greater than 70% between 1.5-5.5 µm. Selection of the H or V polarization state must occur with an accuracy of 0.1°. For example, H = 0.0°±0.1° and V = 90.0°±0.1°. The user must be able to set arbitrary polarization orientations (other than H or V). The H or V polarization angle must not fluctuate more than 0.1° during data acquisition. The instrument upgrade must be delivered within six months of receipt of order. These research projects require calibrated polarimetric HSI data collected under challenging field (non-laboratory) conditions. To expedite field data collection and reduce probability of data acquisition mistakes, the polarizing hardware (PH) must be fully integrated into the instrument. In addition to the specifications above, the following requirements pertaining to its operation within the existing Hyper-Cam instrument and associated control software must be met: The PH must have a clear aperture of at least 71 mm to enable use of the Hyper-Cam's full entrance aperture. The PH must be placed behind the Hyper-Cam's on-board blackbody calibration sources to ensure the effects of the PH are accounted for during instrument calibration. The PH must be removable by the end-user so that non-polarimetric HSI data can still be collected with the upgraded MWIR Hyper-Cam. The Hyper-Cam data acquisition software must be modified so that specific polarization states (e.g., H, V, or arbitrary angle) can be selected using the graphical user interface (GUI). Additionally, the GUI must indicate which polarization state (H, V, or arbitrary angle) is currently active. The PH must be fully functional using only the Hyper-Cam's existing power supply. The Hyper-Cam data acquisition software must be modified so that the specific polarization state (e.g., H, V, or arbitrary angle) is stored in the header file of each raw polarimetric HSI data cube. These projects also require a detailed understanding of sensor performance so that appropriate choices in the spectral, spatial, temporal, and polarimetric trade-space can be made for each experiment. A full-scale sensor model is needed to predict the radiative transfer process in the Hyper-Cam. The model must be written in Matlab as this is the computational environment our research group uses. Given a high-resolution scene radiance, the sensor model must accurately predict the instrument response as a function of Michelson mirror position by accounting for: The spectral transmittance of the optical elements The spectral self-emission of the optical elements The vignetting effect of the stops and optical elements The spectral detector responsivity The interferometer sampling frequency The optical throughput The interferometer modulation efficiency The angle-dependent effect of the polarization optic Additionally, the sensor model must enable the prediction of the noise-equivalent spectral radiance as a function of instrument settings by accounting for the following noise sources: The photon noise from the scene The photon noise from the instrument The readout noise The detector dark current noise The quantization noise The spectral resolution The camera integration time The Michelson interferometer sweep speed The angle-dependent effect of the polarization optic Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS : All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7036. Buy American Act-Free Trade Agreements-Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions All Quotations and responses must be received no later than 12:00 PM, Eastern Standard Time on 17 February 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Jennifer.Begg@wpafb.af.mil via a PDF compatible attachment Any questions should be directed to Jennifer Begg at Jennifer.Begg@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0051/listing.html)
 
Record
SN02674369-W 20120215/120214000035-7a547d1a8a0c050a46245b3815b92067 (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.