Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

HIGH SPEED CAMERA SYSTEM


Synopsis/Solicitation Combo - Jul 30, 2004

General Information
Solicitation Number: NNC04071547Q
Posted Date: Jul 30, 2004
FedBizOpps Posted Date: Jul 30, 2004
Original Response Date: Aug 06, 2004
Current Response Date: Aug 06, 2004
Classification Code: 67 -- Photographic equipment
NAICS Code: 334119 - Other Computer Peripheral Equipment Manufacturing

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
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 notice is being issued as a Request for Quotations (RFQ)] for: Item 1, Qty. 2, High Speed Camera Systems, Item 2, Qty. 2, sets of documentation, Item 3, Qty. 1, system set-up and Item 4, Qty. 1, standard warranty of item 1.

The Contractor shall furnish items 1 through 4 which shall meet the following specifications:

ITEM 1: High Speed Camera System

Shall be at least 1000x1000 pixel resolution, Pixel size shall not exceed 18 microns/pixel, Sensor shall be based on Complementary Metal Oxide Semiconductor (CMOS) technology, which enables direct addressing of regions of interest on the sensor., Sensor shall have a Quantum Efficiency of at least 35% at 532 nm, Shall output at least 10 bits per pixel (1024 gray levels), Shall be monochrome, Pixel well depth to noise floor ratio shall be > 1024 (Vendors shall supply specifications of Pixel Well Depth in e- and Noise Floor values in e- for any proposed system), Signal to noise ratio shall be at least 64 dB, Pixel fill factor shall be at least 60%, Shall be equipped with at least 8 GB of onboard memory, for storage of acquired images., Shall be capable of operating at the following and framing rates at the listed resolution (or higher in each dimension):

3000 fps 1024x1024 pixels 6000 fps 1024x512 pixels 10000 fps 512x512 pixels 20000 fps 512x256 pixels

Shall be electronically shuttered at 1/(framing rate) down to 4 microseconds, Shall have both F-mount and C-mount lens mount capability via a supplied adapter., Shall be capable of being externally triggered for each frame acquisition by a user supplied (positive going or negative going) TTL pulse., Shall be capable of providing an output TTL pulse that can be used to synchronize the camera with other cameras or pulsed light sources., Camera tether cable, if required, shall be at least 15 feet in length., Shall provide a NTSC compatible video out signal for display on a remote monitor, Shall be delivered with a camera control software package which provides live online image display of the acquired camera images on the controlling computer’s display screen. Software shall also provide software control over camera triggering options, frame rate and resolution and electronic shutter time. Software shall be capable of saving image files in TIF and BMP files formats., Camera shall be capable of being controlled by an external computer or by a detachable remote keypad interface. Keypad interface shall provide all the same functional controls as provided through the computer interface control option., Camera shall also be delivered with a Software Development Kit, which is compatible with Microsoft C/C++ V6.0 compiler., Shall support IEEE 1394 firewire interface for system operation, control and download of image data. This interface connection shall be supported by the supplied SDK., Size shall not exceed: 148mm Width x 160mm Height x 310mm Length, Weight shall not exceed 15 lbs for the camera head and power supply., Shall operate on 110 VAC, 60 Hz.

ITEM 2: Documentation

Two sets of manuals which may include but is not limited to user, system, troubleshooting, and maintenance.

ITEM 3: System set-up

The Contractor shall set-up the system at NASA Glenn Research Center (GRC) within 2 weeks of delivery. The set-up shall insure that Item 1 meets all functionality specifications listed in this document. Actual set-up date shall be via mutual agreement between the Government and Contractor. Set-up shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.).

ITEM 4: Standard Warranty

As part of the system requirements, the Contractor shall provide their commercial warranty and maintenance program, if any, that is included with the purchase of Item 1.

The quoter shall submit literature with their offer that their product meets all the above features and salient characteristics. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement.

The provisions and clauses in the RFQ are those in effect through FAC 01-24.

This procurement is a total small business set-aside. See Note 1.

The NAICS Code and the small business size standard for this procurement are 334119 and 1,000 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency.

Delivery of Items 1, 2, 3 & 4 shall be to the NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 is required within 35 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by August 6, 2004, 4:30 PM GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, M.S. 500-306, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, 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

Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference:

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), 52-219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)), 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849), 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332).

The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by 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.

Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin;=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below: http://genesis.gsfc.nasa.gov/nasanote.html


Point of Contact
Name:Marilyn D. Stolz
Title:Contract Specialist
Phone:(216) 433-2756
Fax:(216) 433-5489
Email:Marilyn.D.Stolz@grc.nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE