Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1998 PSA#2036

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- OPTICAL POSITION AND ANGLE MEASUREMENT SYSTEM SOL 1-123-GHG.1374 DUE 031198 POC Lisa M. Harvey, Contract Specialist, Phone (757)-864-2444, Fax (757) 864-8863, Email L.M.HARVEY@larc.nasa.gov -- Sang Lee, Contract Specialist, Phone (757)-864-9570, Fax (757) 864-8863, Email S.H.LEE@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-123-GHG.1374. E-MAIL: Lisa M. Harvey, L.M.HARVEY@larc.nasa.gov. The Government intends to procure an Optical Position and Angle Measurement System, consisting of a multiple camera optical tracking system using active targets. The purpose of the system is to conduct accurate linear and angular position measurements of wind tunnel models in real time. The primary application: measure static and dynamic position and twist behaviors of wing models in the NASA-Langley Transonic Dynamics Tunnel. Quantity: 1 each A. The system shall be equipped with a minimum of two separate camera devices, consistent with the following requirements: 1. Camera heads shall contain crossed [orthogonal] linear CCD arrays. 2. Shall be capable of maintaining calibration during tunnel test series. 3. Shall have optics chosen and aligned to provide usable depth of field from 6 feet to 20 feet away from the camera heads. 4. Shall be capable of providing six degree of freedom results [x, y, z, and 3 angles], as acquired and computed from the active targets distributed in the field of view, at realtime video rates [60 Hz]. 5. Shall be capable of operating in adverse environments characteristically found in wind tunnel testing. 6. Shall have CCD sensors with high spatial resolution characteristics capable of resolving to 1 part in 50,000 or better. B. Shall be equipped with remote heads for the camera devices, which are dual axis sensors. These heads shall be packaged compactly [size not to exceed 8" x 6" x 3.5"], have a wide optical field of view [FOV], minimum of 30 degrees full angle each camera, and be environmentally packaged (to provide for thermal control and protection from water, dirt, and corrosion) for use in wind tunnels. These heads shall be delivered with protective storage/shipping case[s]. C. Shall have supporting camera bodies that are sealed units containing necessary support electronics and power supplies for the camera heads. Shall use standard sources for power at 120/240 VAC, 60 Hz. D. Shall be equipped with a system control unit that can carry out two successive rigid body transformations, based on up to 12 active target markers within the FOV, at rates up to 35 Hz. E. Shall be provided with processing and data buffering firmware that allow obtaining the six degree of freedom, real time video rate results required in Section A.4 above (to define and track rigid body motion in real-time -- 60Hz). F. Shall include at least 24 individual infrared light emitting diode (LED) markers, each mounted in a small base (0.25 inch diamter) with attached leads. Shall furnish 30 bare [unmounted] infrared emitting diode markers. G. Shall furnish three [3] 6-channel strobers with DB-9 connectors, which will operate the markers. Shall furnish power cords and other required peripheral items necessary for normal operation of parts mentioned in Paragraphs B, C, D, and E above. H. Shall furnish cables [strober, communications, and PC adapter interface cables] for operating the system with computer, control unit, cameras, and markers remotely located at distances of up to 100 feet. These cables shall accommodate placement of the computer, control unit, and the camera assemblies remotely at least 100 feet from one another; i.e., up to at least 100 feet between control unit and cameras, and up to at least 100 feet between computer and control unit. For lab testing, shorter cables are required, indicated in the following list. 1. Communications Cables: QTY TYPE 1 -- PC Interface Adapter Cable [short -- 6 inches] 2 -- 100 ft. Communications Cables [control unit to cameras] 1 -- 25 ft. Communications Cable [control unit to cameras] 2 -- 100 ft. Communications Cables [control unit to computer] 1 -- 25 ft. Communications Cable [control unit to computer] 1 -- 15 ft. Communications Cable [as needed, between cameras] 2. Strober Cables: [links to the active markers] QTY TYPE 1 -- 50 ft. Strober Cable [control unit to strober] 1 -- 25 ft. Strober Cable [control unit to strober] 1 -- 50 ft. Strober Cable [control unit to remote strober controller] 1 -- 50 ft. Strober Cable [remote control unit to strober unit] I. Shall have a "link repeater" to extend the length of communications link for up to 200 feet; shall have a remote strober controller to extend the operating distance of one strober port to a maximum of 125 feet. J. Shall include a three dimensional rigid calibration frame with a minimum of 16 markers mounted in precisely measured, fixed positions, the frame to be sized appropriately to permit accurate initial set up (to meet the requirements listed in paragraph A above, specifically A.6) K. Shall have a digitizing probe with six markers, all faced out on one side, calibrated relative to a tip, to permit accurately locating arbitrary points in the system FOV. Shall include necessary digitizing software. L. Shall be furnished with environmental conditioning components necessary to maintain the operation of the camera heads and sensor bodies [to include air filters, water taps, regulators/gauges, valve block assembly for shutoff, vortex coolers, and any other necessary items]. M. The system shall have all necessary computer interfacing hardware and complete software as follows: 1. Shall have interface card for Government-owned/furnished PC (IBM compatible). 2. Shall have the manufacturer s latest standard software for calibrating the system and for collecting and displaying data. 3. Shall have the manufacturer s latest version of application programmer's interface software for development of user-required applications. 4. Shall have manufacturer s latest version of software package for data analysis to perform various computations using the 3-D data and to provide graphical output. N. Three [3] sets of operating/maintenance manuals shall be provided. O. A 1-year warranty for parts and labor shall be provided. P. The item(s) acquired under this contract are required to include accurate processing of the date and date-related data including, but not limited to, calculating, comparing, sequencing, and the manipulation of data with dates prior to, through, and beyond January 1, 2000. This capability must be included in all hardware and software products delivered under this contract, individually and in combination, and shall be transparent to the user. Hardware and software products provided under this contract, shall individually, and in combination, be able to successfully transition into the Year 2000 with the correct system date, including leap year calculations, without human intervention. Such products shall also provide correct results when moving forward and backward in time across the Year 2000 and subsequent years. This notice 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; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the authority of FAR Subpart 13.6, Test Program for Certain Commercial Items. The provisions and clauses in the Request for Offer (RFO) are those in effect through FAC 97-03. The SIC code and the small business size standard for this procurement are 3827 and 500, respectively. This is an unrestricted competition. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to Langley Research Center is required within 120 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items described above may be mailed or faxed to the identified point of contact by the date/time specified and shall include: solicitation number, FOB destination to this Center, proposed/acceptance of delivery schedule, discount/payment terms, warranty terms and duration. Offer shall be signed by an authorized company representative. Award will be made on a SF 1449. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit an offer. All offerors shall provide the information required by FAR 52.212-1. In accordance with 52.212-1(b)(4), offerors shall provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, technical features, warranty provisions, and/or any other relevant documents. Addenda to FAR 52.212-1 are as follows: 52.204-6, 52.214-34, 52.214-35, 52.233-2, 52.252-3, 52.252-5. All offerors shall complete the Representations and Certifications required by FAR 52.2l2-3 which may be obtained via the internet at http://nais.nasa.gov/msfc/pub/reps_certs/midrange and will be incorporated by reference in any resulting purchase order. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 52.225-21, "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin in the Representations and Certifications.FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: A. FAR Clauses, 52.227-14, (June 1987) (as modified by NFS 1852.227-14), 52.232-33, 52.245-2 (DEC 1989) Deviation (July 1995), 52.247-34; B. NASA FAR Supplement Clauses, 18-52.215-84, 18-52.219-76. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.203-6 Alt I, 52.203-10, 52.219-8, 52.222-26, 52.222-35,52.222-36, 52.222-37, 52.225-18, and 52.225-21. All offers are due by March 11, 1998, 4:00 p.m. eastern time to the address specified above and to the attention of MS 126/Lisa M. Harvey. Facsimile offers are also acceptable. The facsimile phone number is 757-864-8863. However, the Government is not responsible for errors in transmission and it is the offeror s responsibility to confirm that their offer is submitted in its entirety before the closing date of this procurement. Selection and award will be in accordance with FAR 52.212-2, Evaluation, as follows: Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical capability of the item offered to meet the Government s requirements (including warranty), price, and past performance. For selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b)(4)). An ombudsman has been appointed -- See Internet Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror s responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). ). Automatic e-mail notification of any amendments, etc, can also be received. See http://procurement.nasa.gov/maillist.html and follow the instructions. A Procurement Reference Library is located at http://db.www.larc.nasa.gov/procurement/home-page.html for information on any FAR/NASA FAR clauses referenced herein. (0049)

Loren Data Corp. http://www.ld.com (SYN# 0275 19980220\66-0017.SOL)


66 - Instruments and Laboratory Equipment Index Page