SOLICITATION NOTICE
67 -- REDLAKE DIGITAL CAMERA FOR LOW PRESSURE ENVIRONMENTS
- Notice Date
- 6/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA04065945Q
- Response Due
- 6/17/2004
- Archive Date
- 6/3/2005
- Point of Contact
- Rachel Khattab, Contracting Officer, Phone (650) 604-5237, Fax (650) 604-0932, Email Rachel.Khattab-1@nasa.gov
- E-Mail Address
-
Rachel Khattab
(Rachel.Khattab-1@nasa.gov)
- 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 the purchase of two Redlake ES 4.0/E digital cameras. These cameras must be customizable to operate under low pressure environments (less than one-tenth of an atmosphere). The specific requirements are as follows: ITEM 1: 2 ea. Redlake ES 4.0/E digital cameras, 2048 x 2048 interline transfer CCD sensor, LVDS output. C-mount option. ITEM 2: 2 ea. 100-foot cable compatible to NI 1428 frame grabber boards, subsequent pixel clock tuning for each camera and cable combination ITEM 3: This model of camera has three components to its body: two end caps with perforations to permit cooling fans to draw air through the electronics and a square "tube" which contains most of the electronics. New endcaps need to be designed and fabricated. These new endcaps must seal the electronics but also allow for an external source of cooling air. The front cap must have a window and must be thick enough to accommodate the one atmosphere pressure differential. The aperture must be large enough to accommodate Schiempflug focusing, or no less than the current aperture of the standard C-mount.The front cap must have an air fitting to permit the cooling air into the camera body. The cooling air source will be dried "shop air". The back cap must permit sealed connections of three cables: the camera signal cable, the synchronization cable and the power cable. The back cap must have an air fitting to permit the cooling air to vent to the atmosphere outside the pressure vessel. This customization of the cameras will be needed for the two new cameras and two cameras (the same model) currently in use (total of four). The provisions and clauses in the RFQ are those in effect through FAC 01-23. The NAICS Code and the small business size standard for this procurement are 333315 and 500 employees, 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. The cameras (all four) must be fully operational BY JULY 28, 2004. Please deliver to NASA Ames Research Center, Moffett Field, CA 94035-1000 and include all shipping estimates in the quotation. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:00 PM PST June 17, 2004 to the Acquisition Branch for Aeronautics, M/S 241-1, Moffett Field, CA 94035-1000 and must include, solicitation number, proposed shipping costs, delivery schedule by JULY 28, 2004, 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. Addenda to FAR 52.212-4 are as follows: FAR 52.252-2, Clause Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 1852.204-74, Central Contractor Registration 1852.223-72, Safety and Health (Short Form) (LIMITED) RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (CBI) (ARC 52.203-91) (June 2001) (a) NASA may find it necessary to release information submitted by the Contractor, either in response to this solicitation or pursuant to the provisions of this contract to other NASA contractors and their subcontractors. Business information that would ordinarily be entitled to confidential treatment may be included in the information released to these contractors and their subcontractors. Accordingly, by submission of this proposal, or signature on this contract or other contracts, the Contractor hereby consents to a limited release of its confidential business information (CBI). (b) Possible circumstances where the Agency may release the Contractor's CBI include, but are not limited to, the following: (1) To other Agency contractors and subcontractors tasked with assisting the Agency in handling and processing information and documents in the evaluation, the award or the administration of Agency contracts, such as providing both preaward and post award audit support and specialized technical support to NASA’s technical evaluation panels; (2) To NASA contractors and subcontractors engaged in information systems analysis, development, operation, and maintenance, including performing data processing and management functions for the Agency. (c) NASA recognizes its obligation to protect the contractor from competitive harm that could result from the release of such information to a competitor. Except where otherwise provided by law, NASA will permit the limited release of CBI under subparagraphs (1) or (2) only pursuant to non-disclosure agreements signed by the assisting contractor and its subcontractor. The assisting contractor and its subcontractors will be required to by their contract or subcontracts to obtain nondisclosure agreements from their individual employees who may require access to the CBI to perform their responsibilities. (d) NASA‘s responsibilities under the Freedom of Information Act are not affected by this clause. (e) The Contractor agrees to include this clause, including this paragraph (e), in all subcontracts at all levels awarded pursuant to this contract that require the furnishing of confidential business information by the subcontractor. SUBMISSION OF INVOICES--FIXED PRICE (ARC 52.232-93) (MAR 2001) (a) Invoices shall be submitted to the Accounting Operations Branch, M/S 203-18, Ames Research Center, Moffett Field, CA 94035-1000, in quadruplicate (an original and three copies). (b) Reporting Requirements under Taxpayer Relief Act of 1997 (1) The Taxpayer Relief Act of 1997, enacted August 5, 1997, requires Federal executive agencies to file information returns (i.e., Form 1099-MISC) for payment of $600 or more to corporations for services. Payments for services under certain confidential or classified contracts that meet the requirements of Internal Revenue Code Section 6050M(e) are excluded from the reporting requirements. This change became effective as of January 1, 1997. (2) In order to comply with the Act, the contractor shall separately subtotal taxable services and nontaxable materials and supplies on each invoice. If subtotals are not specified on the invoices, the Government will presume that the entire invoice amount is reportable and will be shown on the Form 1099-MISC generated by NASA and provided to the contractor and the Internal Revenue Service. (c) Invoices shall denote the numerical sequence of the invoice, and shall include the contract number, delivery order number (if any), Taxpayer Identification Number (TIN#), Banking Information for Electronic Funds Transfer (EFT), contract line item number(s), description of supplies or services, quantities, unit prices, and extended totals. If shipped on Government Bill of Lading, indicate Bill of Lading number and weight of shipment. (d) This contract does not provide for partial payments. If applicable, payments will be made in accordance with the following schedule. (End of provision) FAR 52.212-5 (APR 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: (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (17) 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). (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (21) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (24) 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (30) 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 Please address all contractual and technical questions to the primary Contract Specialist, Maria Hooks at Maria.J.Hooks@nasa.gov. Questions must be in writing (e-mail or fax) and received no later than 3 PM PST 6/14/04. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit and expertise, price, and delivery time. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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". Prospective offerors shall notify this office of their intent to submit an offer. 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=21 . 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/ARC/OPDC20220/NNA04065945Q/listing.html)
- Record
- SN00597046-F 20040605/040603213159 (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 |