Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

67 -- Purchase High Speed Cameras

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA16593205Q-AWT
 
Archive Date
9/7/2016
 
Point of Contact
Wendy Takeguchi, Phone: 6506042964, Michael J. Hutnik, Phone: 650-604-4195
 
E-Mail Address
wendy.l.takeguchi@nasa.gov, michael.j.hutnik@nasa.gov
(wendy.l.takeguchi@nasa.gov, michael.j.hutnik@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Aeronautics and Space Agency (NASA) Ames Research Center (ARC) has a requirement for: Four (4) each, High Speed Cameras, 3840x2400 image, 1000fps, 1407-0174 Fan Pack included 256GB additional removable non-volatile solidstate memory. HDSDI video out configuration O10 Camera features integrated DDR and nonvolatile solid-state memory and is factory configured with active cooling (quiet rear fan). Latest CMOS technology produces extremely low-noise images. The O10 camera platform supports several sensors to deliver various resolutions and frame rates. Standard configuration includes a 24V Power supply, break-out cable, and O10 mounting plate for easy out-of-the-box operation; Sixteen (16) each, 256 Removable SSD memory; Four (4) each, Cable assembly and signal interface for O camerascameras: Includes 5 meter 19 pin Lemo Cable, signal hub and assembly with trigger and synchronization signal connections. 24VDC Power supply included; Four (4) each, Extend Life O Battery approx. 30 minutes of continuous camera operation. See below Background and Specifications. Background: NASA is designing and deploying a high-speed imaging system that will be deployed into a high-altitude aircraft, such as the ER-2 or the WB-57. The cameras will also be used on passenger cabin aircraft, such as the King-Air and G3. The cameras must be capable of the following specs: Specifications: No less than 9 megapixels No greater than 6 micron pixel pitch No less than 1000 frames/second at full resolution Monochrome sensor Battery operable, if attached to the camera, then two per camera AC power adaptors External frame rate timing, trigger, irig inputs 16 GB record RAM with an option for 32 GB On-camera, removable Solid State Drive for immediate on-board download from RAM, three per camera Gig-E or USB communication Programmable to make automatic acquisitions On-sensor auto-trigger based on a change in the image Certified to meet Mil Spec MIL-STD-810D (514.3) Camera control software that permits recording, camera calibration, camera settings, contrast and gain control, RAM segmentation for multiple recordings Foam-padded hard plastic carrying case - Pelican or equivalent - that accommodates the cameras and accessories Delivery Period: 6 Weeks This notice is a combined synopsis/solicitation (NNA16593205Q-AWT) 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, which is issued as a Request for Quotation (RFQ); quotations are being requested and a written solicitation will not be issued. The provisions and clauses in the RFQ are those in effect through FAC 2005-88 dated 16 May 2016. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333316 and 1000 employees respectively. The offeror shall state in their offer their size status for this procurement. Offerors must have current registration and Representations and Certifications in the website www.sam.gov, and provide the firm's DUNS number with their offer. Quotes for the cameras shall be Firm Fixed Price (FFP) and be inclusive of FOB Destination, Delivery to NASA Ames Research Center, Moffett Field, CA 94035. Offers for the item(s) described above are due by August 23, 2016, 1:30 p.m. PST, to Wendy Takeguchi, Contract Specialist, at wendy.l.takeguchi@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery period, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml. All responsible sources may submit an offer which shall be considered by the agency. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. FAR 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). Selection and award will be made to the lowest priced, technically acceptable offeror. In order to be found technically acceptable the offeror must provide the following: 1) All quoted items must meet or exceed the specification criteria set forth; and 2) offeror must show the ability to deliver the items within 6 weeks of award. Technical acceptability will be determined by a review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Aside, 52.219-28, Post Award Small Business Program Representation 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, 52.222-50 Combating Trafficking in Persons, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16593205Q-AWT/listing.html)
 
Place of Performance
Address: NASA Ames Research Center, Receiving, Bldg. N-255, Moffett Field, California, 94035-0001, United States
Zip Code: 94035-0001
 
Record
SN04222335-W 20160814/160812235246-e3dfa03127e14343db5d45b169edc369 (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.