Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

66 -- Digital Recorder/Acquisition System (DAS) for Infrared (IR) Cameras - Provisions and Clauses Full-Text Attachment - Package #2

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0236
 
Archive Date
8/4/2016
 
Point of Contact
Tommy Kim, Phone: 3013941029
 
E-Mail Address
tommy.i.kim.civ@mail.mil
(tommy.i.kim.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combination Synopsis-Solicitation for Commercial Purchases Provisions and Clauses Full-Text Attachment COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334516 3. Subject: Digital Recorder/Acquisition System (DAS) for Infrared (IR) Cameras 4. Solicitation Number: W911QX-16-T-0236. 5. Set-Aside Code: Small Business Set Aside - Total 6. Response Date: 19 July 2016 7. Place of Delivery/Performance: U.S. Army Research Laboratory ATTN: Shipping & Receiving White Sands Missile Range, NM 880002-5501 United States 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is W911QX-16-T-0236. This acquisition is issued as an invitation for request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 effective 16 May 2016. (iv) This acquisition is set-aside for 100 percent small businesses. The associated NAICS code is 334516. The small business size standard is 1000. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - Quantity one (1), Digital Recorder/Acquisition System (DAS) for Infrared (IR) Cameras, price to include shipping costs. (vi) Description of requirements: The Army Research Laboratory (ARL) Survivability/Lethality Analysis Directorate (SLAD) has a requirement for a data acquisition system (DAS) to acquire images from a mid-wave infrared (MWIR) imager. The MWIR imager will be used to make calibrated radiometric measurements of targets of interest to the ARL. The MWIR imager will have a focal plane array (FPA) with 640 pixels (horizontal) by 512 pixels (vertical) with 14-bit resolution. The MWIR imager and DAS will be used during field testing and the imager will be mounted on a tracking mount and connected to the DAS with cables that have Camera Link connectors on both ends. The Contractor shall provide one (1) DAS that meets the following minimum requirements. • The DAS shall be housed in a ruggedized "lunch box" style chassis with rubber corner bumpers and shock mounted drive bays. The approximate dimensions of the chassis shall be 19.5 inches wide by 9.5 inches deep by 16 inches high. • The DAS shall include the Windows 7 operating system. • The DAS shall include a R/W DVD drive. • The DAS shall include removable hard drives with one (1) spare boot drive and one (1) spare set of redundant array of independent drives (RAID). • The DAS shall support streaming of digital imagery data from the MWIR imager described above, to the RAID drives. • The DAS shall be capable of acquiring frames from the MWIR imager at a rate of at least 475 frames per second (FPS) at the 640 x 512 window size. • The DAS shall be capable of recording data continuously for at least 20 minutes, at a data rate of at least 475 FPS with no dropped frames. • The DAS shall include cables with Camera Link connectors to connect the imager to the DAS and the cables shall be at least 75 feet long. • The DAS shall provide the ability to apply a time tag signal to each frame of digital imagery data with an Inter-range instrumentation group time code B (IRIG-B) timing signal that's generated by a Global Positioning Board (GPS) board. The GPS board will be supplied with the DAS. In addition to these hardware requirements, software shall be provided which performs the following imager configuration and data analysis functions: • Perform single point and multi-point non-uniformity corrections (NUC) for the imager. • Load multiple (minimum of 3) NUCs, created for different integration times, and provide the ability to step through the NUCs during data acquisition. • Control the window size, integration time, and frame rate of the imager. • Store the NUC data separately from the image data for application at a later time. • Apply the NUC to the image data immediately after completion of a data grab. • Playback of the digital data after a data grab has been completed. • Apply histogram equalization correction to images during "live-view" mode, and also during playback of captured images. • Define and subtract a background frame during playback of captured images. • Record x and y centroid values of an object of interest (such as a laser spot) during playback of captured images. • Separate individual frames of data from a previously recorded binary image file and create frames that can be imported directly into Matlab analysis software. • Define a region of interest (ROI) within a single image and obtain image statistics (maximum value, minimum value, average value, standard deviation, etc.) for that image. (vii) Delivery is required not later than (NLT) ninety (90) Days after receipt of order (ARO). Delivery shall be made to U.S. Army Research Laboratory, ATTN: Shipping & Receiving BLDG 1865, White Sands Missile Range, NM 880002-5501 United States. Acceptance shall be performed at White Sands Missile Range. The FOB point is Destination. (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: Evaluation Criteria - Lowest Price Technically Acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability 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. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations 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 the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-16 COMERCIAL AND GOVERNMENT ENTITIY CODE MAINTENANCE (JULY 2015), 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JULY 2015), 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JULY 2013), 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. (AUG, 2013), 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011), 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013), 52.222-3 CONVICT LABOR (JUNE 2003), 52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015), 52.222-26 EQUAL OPPORTUNITY (APR 2015), 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JULY 2014), 52.222-50 COMBATING TRAFFICKING IN PERSONS (MARCH 2, 2015), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008), 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATIONS AND CERTIFICATIONS (OCT 2015), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JULY 2013),52.232-36, PAYMENT BY THIRD PARTY (MAY 2014), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013), 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011), 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011), 252.204-0009, CONTRACT-WIDE: BY FISCAL YEAR. (SEP 2009), 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015), 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011), 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015), 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014), 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013), 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011), 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012), 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012), 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013), 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012), 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006), 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013), 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): Full Text clauses: APG-ADL-B.5152.204-4409, ACC - APG POINT OF CONTACT (APR 2011), APG-ADL-B.5152.204-4411, TECHNICAL POINT OF CONTACT (DEC 2002), APG-ADL-B.5152.216-4407, TYPE OF CONTRACT (SEP 1999), APG-ADL-E.5152.246-4400, GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999), APG-ADL-G.5152.232-4418, TAX EXEMPTION CERTIFICATE (SEP 1999), APG-ADL-L.5152.215-4441, US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE, APG-ADL-H.5152.211-4401AT, RECEIVING ROOM REQUIREMENTS - WSMR ALTERNATE II (JAN 2005) 252.232.7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 19 July 2016, by 10:00 AM EST, at tommy.i.kim.civ@mail.mil (xvii) For information regarding this solicitation, please contact Tommy Kim, 301-394-1029, tommy.i.kim.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7213afb7d5adeca25ed7802251e4a82)
 
Record
SN04181854-W 20160715/160713235449-a7213afb7d5adeca25ed7802251e4a82 (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.