SOLICITATION NOTICE
66 -- High Speed Visible Light Digital Camera
- Notice Date
- 5/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- SB1341-03-Q-8641
- Response Due
- 6/11/2003
- Archive Date
- 6/26/2003
- Point of Contact
- Joan Smith, Contract Specialist, Phone (301)975-6458, Fax (301)975-8884, - Michael Szwed, Supervisory Contract Specialist, Phone 301-975-6330, Fax 301-975-8884,
- E-Mail Address
-
Joan.Smith@nist.gov, Michael.Szwed@nist.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 421410 with a small business size standard of 100 employees. This acquisition is unrestricted and all interested offerors may submit a quote. ***The National Institute of Standards and Technology (NIST), has a requirement for a high-speed visible light video camera. The camera is to be used in capturing images during machining experiments. ***All interested parties are invited to submit a quote for the following line items: LINE ITEM 0001: Quantity one (1) each - High Speed Visible Light Digital Camera with the following required specifications: (a) capable of at least 1,024 by 1,024 pixel resolution at 2,000 frames per second; (b) capable of at least 1, 024 by 256 pixel resolution at 8,000 frames per second; (c) capable of at least 128 by 32 pixel resolution at 100,000 frames per second; (d) capable of at least 10-bits per pixel, monochrome camera; (e) controllable integration time down to at least 4 us; (f) image memory of at least 8 Gigabytes; (g) FireWire or USB 2 connection to PC; (h) camera shall be able to be remotely controlled, both by pendant (or by external keypad) and by PC; (i) both C-mount and F-mount type lens mount; (j) NTCS video out with live video during recording; (k) both internal and external triggering, enabling camera to be synchronized precisely together to a master camera or an external source; (l) selection of triggering modes, including "start", "end", "center", and "segment"; and (m) ATA rated hard case. *** DELIVERY SHALL BE FOB DESTINATION. Delivery is required on or before July 15, 2003. *** The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the make and model of the product, manufacturer sales literature or other product literature which clearly documents that the offered product meets or exceeds the specifications stated above. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 52.222-21, Prohibition of Segregated Facilities; (2) 52.222-26, Equal Opportunity; (3) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (4) 52.222-36, Affirmative Action for Workers with Disabilities; (5) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (6) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (7) 52.225-3 Buy American Act - North American Free Trade Agreement - Israeli Trade Act (41 USC 10a-10d, 19 USC 3301 note, 19 USC 2112 note); (8) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (9) 52.232 34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (31 USC 3332); and (10) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line item; 2) Two copies of the technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joan Smith, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission must be received by 3:00 p.m. local time on June 11, 2003. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: NIST, Gaithersburg, Maryland
- Zip Code: 20899
- Country: US
- Zip Code: 20899
- Record
- SN00332672-W 20030529/030527213247 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |