Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

66 -- PROVIDE A HIGH SPEED CMOS CAMERA, SOFTWARE AND ACCESSORIES

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915T0437
 
Response Due
9/8/2015
 
Archive Date
9/23/2015
 
Point of Contact
TRACEY L. DILLARD 757-443-1926
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0018915T0437. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Publication Notice 20120420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334515 and the Small Business Standard is 500. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. NAVSUP Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing: P/N:1102200 “ 1 each - High Speed CMOS Camera (M110-VAR) - ­ CMOS, 1280 x 800 pixel resolution sensor, 20 x 20 micron pixels, 1630 frames/sec at full resolution, 5790 frames/sec at 512 x 512 pixel resolution, 12- ­ bits digital output, 3 GB on-board memory (up to 12 GB RAM available), F- ­ mount flange, GigE interface. P/N:1102CINT “ 1each - LaVision Camera optimisation and integration into system including sensor calibration and camera calibration. P/N:1000868 “ 1 each - LaVision Macro Imaging Lens for Scalable Flat Field Imaging - 60 mm focal length Macro optimised for flat object field imaging of a monochromatic laser sheet illumination, F/2.8, F- mount. P/N:1105209 - 1 each - DaVis 8 Software package (hardware support and data processing license) - ­ 64- ­ bit, parallelized software for image acquisition and data processing, control of all system hardware components for synchronized data acquisition for internally and externally triggered events, parameter scan image acquisition, phase- ­ locked image acquisition with automatic scan of user- ­ defined phase range, open macro programming language with source code provided for more than 100 image and vector processing functions, functions for: image arithmetic, image transformation (mirror, rotate, apply image correction), geometric and adaptive image masking, copying and reorganizing data with a date set or project, linear and non- ­ linear image filtering, shift and rotation correction (to remove vibration effects), subtraction of running average image over time, profile and time plot generation, image/vector field stitching, and unlimited user definability of new image and vector field processing functions.data organization. Windows 7 (64-bit) operation system required (for system hardware support). P/N:1105111 - 1each - LaVision DaVis 8 Application Software Module for 2D PIV - sophisticated multi- ­ pass cross- ­ correlation processing with deformed window correlation and sub- ­ pixel window off- ­ set, Adaptive PIV with automatic local adjustment of interrogation spot size, shape, and orientation based on local velocity gradients, GPU processing compatible for extreme parallelization, fixed and automatic image masking, Universal outlier detection post- ­ processing, POD, Matlab and Tecplot readers, computation of all relevant vector and scalar field statics for two- ­ component velocity fields P/N:1105112 “ 1each - LaVision DaVis 8 Application Software Module for Stereo PIV (6 Month License) “ includes patented SELF- ­ CALIBRATION for correction of calibration errors do to misalignment of the calibration plate and laser sheet, support for experiments which do not allow for in- ­ situ calibration, quantification of laser light sheet thickness and overlap between two laser pulses, multiple image overlay to assist field of view overlap for multiple cameras, calculation of all relevant vector and scalar statics for all three velocity components. P/N:1103199 “ 1each - LaVision PIV Gateable DPSS Laser optimised for laser sheet illumination - 1 W, 532 nm, includes laser head and power supply, shutter, and interlock, up to 10 kHz modulation. Laser CLASS 4, according to EN60825- ­ 10:2001- ­ 11. P/N:1108405X - 1each - LaVision Laser Sheet Generating light sheet optics. Optimised for 532 nm: - ­ 10 and - ­ 20 mm focal lengths, anti- ­ reflection coating for 532 nm. P/N:1102012 “ 1each - PIV System Installation and Training - on- ­ site by a qualified LaVision representative. Delivery; 10 Weeks ARO Delivery Location: Annapolis, Maryland 21402 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.204-13 SAM Maintenance 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items), (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications ”Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Items Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items), the following clauses apply and are incorporated by reference: 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Report Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer “ SAM 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003 Control of Government Personnel Work Product 252.204-7001 Alt A System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Alternate III 252.225-7048 Export-Controlled Items System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall be submitted via Microsoft Word or Excel spreadsheet and must include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 12:00PM EST on September 8, 2015. Offers shall be emailed to Tracey.Dillard@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0437/listing.html)
 
Place of Performance
Address: US NAVAL ACADEMY - ITSD
Zip Code: 290 BUCHANAN ROAD, ANNAPOLIS, MD
 
Record
SN03862317-W 20150830/150829000150-87f49c5880bd4186d96ad7ec42c4b4b3 (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.