Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

66 -- Digital Image Correlation System

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB642120-13-04689
 
Archive Date
9/10/2013
 
Point of Contact
Janice M Moten, Phone: (301)975-6307, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
Janice.Moten@nist.gov, andrea.parekh@nist.gov
(Janice.Moten@nist.gov, andrea.parekh@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; THEREFORE A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number NB642120-13-04689 is issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is being procured as a small business setaside. The National Institute of Standards and Technology (NIST) Acquisition Management Division intends to procure a Digital Image Correlation System in accordance with the below minimum requirements. Line Item Description and Qty/Unit price total Unit total price 0001 Digital Image Correlation System 1 each __________ __________ 0002 Data Acquisition and Control (DAQ) System 1 each __________ __________ Total for all items ______________ The National Institute of Standards and Technology's (NIST's) Materials Performance Group (MPG) develops new and improved models, test methods and standards to facilitate accurate measurement of the mechanical and corrosion properties of advanced materials, such as high strength steel and aluminum alloys, as well as of conventional materials under extreme environmental and operating conditions experienced in processing and service in order to determine materials and system performance within and outside design limits. It also generates and disseminates reliable mechanical property and corrosion data and collaborates with standards organizations, U.S. industry and the Federal Government in test-method development. To meet mission requirements, the MPG requires the procurement of hardware and software to configure a digital image correlation (DIC) non-contact strain measurement/mapping system. This procurement shall include a the high-resolution video cameras, lenses, computer controller, and other hardware necessary to maintain complete compatibility with existing licenses of the data acquisition and analysis software from Correlated Solutions, Inc (VIC-Snap and VIC-3D, respectively). Compatibility will be verified by pre- testing the operation of both software packages. The MPG currently owns an unused license for VIC-Snap is that has been assigned to a system with NIST Property # 641641. This license will be transferred to the new system. The Contractor shall provide the high performance video cameras, lenses, and control system required to drive to acquire the displacement data as described below: Digital Image Correlation System These cameras shall: (a) Have a minimum of 9.1 Mega-pixel capability (b) Have a resolution of at least 3376 x 2704 at 9 FPS with a 25 mm Sony ICX814 CCD image sensor and 14-bit A/D converter oe equivalent (c) Have a C-mount lens fixture (d) Have a USB 3.0 interface with screw locks for camera control, data, and power (e) Support Mono8, Mono12 and Mono16 image data formats at 8, 12, 16 and 24-bit digital data output rates (f) Have two 100 mm F-mount macro lenses providing a minimum field of view of 15 mm (g) Meet all of the input requirements for seamless control by VIC-Snap (Correlated Solutions data acquisition software) Data Acquisition and Control (DAQ) System The DAQ system shall be the primary interface between the video imaging system and the strain measurement. The unit shall: (a) Have one quad-core 3.5 GHz intel i7 CPU with a minimum of 500 GB SSD, 4TB HD, 32 GB RAM, Win 7, configured to run both VIC-Snap and VIC-3D, a slot for the VIC-Snap dongle, and at least one 24" LCD. (b) Have one 4-channel USB analog data acquisition system (c) Have two LED lighting systems with gooseneck positioners and variable light control (d) Have an eight-piece set of aluminum calibration grids (field of view between 25 mm and 460 mm) that has been coded for automatic target recognition during calibration in VIC- Snap (e) Meet all of the operational requirements for compatibility with VIC-Snap and VIC-3D (Correlated Solutions data acquisition and analysis software) The contractor shall provide the training necessary for safe, reliable operation of this system. Training The contractor shall conduct one (1) training session for up to six (6) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, safety features and operation, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 15 days after installation. Installation The system shall be installed by the Contractor and meet contract specifications no later than 30 days after receipt of the system at NIST, Gaithersburg. Installation, at a minimum, shall include uncrating/un-packaging of all equipment, set-up and hook-up of the system, demonstration of all specifications, validation, testing and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. GOVERNMENT FURNISHED PROPERTY Upon award of this order, the Government will provide the existing VIC-Snap license dongle so that the contractor can install it inside the new DAQ unit. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://www.acquisition.gov/far/. All CAR clauses can be viewed at http://www.osec.doc.gov/oam/archive/CAPPS_car.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2011) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. Clauses 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010)52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items (Jan 2011) including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.204-10, Reporting Executive Compensation (Jul 2010) ; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-8, Updates of Publicly Available Information Regarding Responsibility Matters (Apr 2010); 52.219-8, Utilization of Small Business Concerns (Jun 2003); 52.219-28, Post Award Small Business Program Re-representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (May 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the Nation Labor Relations Act (Dec 2010); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010); 52.225-1 BUY AMERICAN ACT SUPPLIES 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran (Sep 2010); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Commerce Acquisition Regulations (CAR) http://farsite.hill.af.mil/vfcara.htm 1352.201-70, Contracting Officer's Authority 1352.201-72, Contracting Officer's Representative (COR) 1352.209-73, Compliance With the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries 1352.233-70, Agency Protests 1352.233-71, GAO and Court of Federal Claims Protests 52.245-1 Government Property. System for Award Management (SAM) Registration In accordance with FAR 52.204-99, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. NOTE: It is the responsibility of the offeror to acknowledge any amendments made to this solicitation. All amendments will be posted on the Fedbizopps website. CAR 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 12:00 pm MST five (5) days after the date of the solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation within ten (10) days of the date of the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. Due Date and Response Information Interested vendors capable of furnishing the specified equipment in this combined synopsis/solicitation should submit their quote in writing to: Janice Moten, electronically at Janice.moten@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than 12:00 pm EST, August 21, 2013. E-mail quotations shall be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB642120-13-04689/listing.html)
 
Place of Performance
Address: 301/B129, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03150632-W 20130817/130815235833-778f0569922d6d92b0b20c0331db9dde (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.