SOLICITATION NOTICE
66 -- SCIENTIFIC INTENSIFIED CHARGE-COUPLED DEVICE CAMERA SYSTEM
- Notice Date
- 8/5/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC04074461Q
- Response Due
- 8/19/2004
- Archive Date
- 8/5/2005
- Point of Contact
- Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
- E-Mail Address
-
Email your questions to Timothy M. Bober
(Timothy.M.Bober@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 procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for two scientific intensified charge-coupled device (ICCD) camera systems. The NASA Glenn Research Center has requirements for two scientific intensified charge-coupled device (ICCD) camera systems. The systems shall include the camera body with intensifier and a charge-coupled device (CCD), a digital delay generator or other timing controller, data acquisition and camera control software, computer data acquisition card, and necessary cables for communication between camera, controller, and computer. This is a brand name or equal procurement. The two cameras shall be Andor Technology iStar model number DH734-18F-63 or equivalent. The camera systems shall have the following technical salient characteristics. 1. The cameras shall be operable via computer from a distance no less than 100 ft. 2. The cameras shall have the following requirements: I. Charge Coupled Device (CCD) a. An e2v Technologies model 4710 or equivalent with 1024 x 1024 pixel full-frame CCD image sensor with 13m x 13m pixels; b. 1:1 Fiber-optically coupled with effective pixel size of 13 m x 13m; c. Active image area of 13.3 mm x 13.3 mm; d. Cooling to ?20C, dark current typically 0.12 electrons/pixel/second @-20C e. 16-bit A/D with 31kHz, 62kHz, 500kHz and 1MHz software selectable read-out speeds; f. Read noise: 4electrons@ 31kHz, 10electrons@ 1MHz; g. Pixel well depth: 100,000electrons h. Register well depth: 200,000electrons i. Parallel shift: 16s j. CCD gain: 2, 1.4 and .7electrons/count k. Linearity 1% maximum deviation of counts/signal over 99% intensity range II. Intensifier a. An 18mm Gen III HVS Filmless photo-cathode with 270-725nm response b. Quantum efficiency of at least 50% at 500nm; at least 30% between 400nm and 650 nm c. Minimum optical gate width: 2ns d. High resolution (30?m) intensifier tube e. Overall ICCD resolution, FWHM (full width at half maximum): 22?m f. P-43 phosphor with 2ms Decay Time g. Maximum photo-cathode rep rate: 500 kHz with 1.7ns gate, faster rates available with longer gate times. h. Software selectable gain: 1-100 counts/photoelectron i. Glass input window j. Thermoelectrically cooled, sealed camera head, requiring no nitrogen purge 3. The Camera?s controller/programmable timing generator shall have the following: a. Built into the camera head; b. TTL external trigger in with insertion delay less than 24ns; c. Programmable gate pulse delay from 0ns-25s, with resolution 25ps; d. Programmable gate pulse width from 0ns-25s, with resolution 25ps; e. Programmable TTL pulse output from 0ns-25s, with resolution 16ns; f. Total insertion delay?including delay generator insertion delay and high-voltage gater insertion delay?of 40ns. 4. The cameras shall include camera acquisition and control software, Andor Technology?s MCD or equivalent. I. The software shall include an interface that controls the intensifier, delay generator and CCD and provides. The interface shall include: a. Complete software for controlling intensifier, timing delay generator, CCD and for controlling external spectrometers, including Acton, Andor, Chromex, ISA, SPEX, and Oriel; b. Acquisition modes including real-time, single, accumulate, kinetics and fast kinetics with internal and external triggers c. Integrate-on-chip, photon-counting and programmable variable gate step with find-pulse capability d. Real-time data handling and display in counts, background subtracted counts, flat field, absorbance units, log10, attenuation, % absorbance, reflectance, and transmittance, data*ref e. Flexible binning and region of interest capability f. Pseudo-color, 1-D, 2-D, 3-D display, peak-peak, histogram, auto-scaling, zoom, statistics, image math, and filtering. g. Storage of experimental setup in parameter files. h. Auto-save data to permanent media i. Visual Basic, C++, and Labview drivers j. Macro programming k. File format support for 16-bit TIFF, l. Batch conversion to ASCII, *.spc (GRAMS), *.jpeg, *.bmp, *.dat (raw data), *.tiff 5. The cameras shall include a computer PCI interface board and cable for PC, functionally compatible with the controller and camera to support the above specifications. 6. The cameras shall include a Nikon F-mount adapter and spectrometer mount adapter compatible with existing Acton SP300i spectrometer. In addition to the above technical features, functional documentation shall be provided and include two sets of user manuals. Delivery shall be 45 days after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR OFFER MEETS THE ABOVE SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 01-24. The NAICS Code and the small business size standard for this procurement are 334516 and 500 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 to Glenn Research Center is required within 16 weeks 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 Thursday August 19th 2004 4:30 p.m. local time and may be e-mailed, faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-306 Cleveland, Ohio 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 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 (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: FAR 52.204-7 52.212-3, 52.222-3, 52.222-26, 52.225-1, 52.225-13, 52.232-25, 52.232-33, 52.243-1. NFS 1852.215-84, 1852.223-72 and 1852.225-70. 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 All contractual and technical questions must be in writing (e-mail or fax) to Timothy M. Bober not later than Thursday August 12th 2004. Telephone questions WILL NOT be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. 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". 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=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.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#111750)
- Record
- SN00638097-W 20040807/040805213241 (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 |