Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

67 -- INTENSIFIED CHARGE COUPLED DEVICE CAMERA SYSTEM

Notice Date
8/13/2007
 
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
NNC07212102Q
 
Response Due
8/24/2007
 
Archive Date
8/13/2008
 
Small Business Set-Aside
N/A
 
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: Quantity of 1, Ultra-Fast Intensified Charge Coupled Device (ICCD) Camera which must meet the following minimum specifications: Background Researching large volume plasma generation in sub-atmospheric pressure conditions is one of the main tasks on the hypersonic research base program at NASA GRC. Large volume plasma generation requires high voltage pulses with rise times in the nano-second range. Capturing the history of the streamer formation is crucial to the understanding of its formation. As such, a fast speed camera with gate widths that are in the order of ~200-500 pico-seconds is crucial to acquiring and capturing the streamer formation. As such an ultra-high rep. rate and fast gating image intensifiers is required that has selectable modes of operation (COMB, LOGIC, RF, DC and User), has jitter < 15ps, has no Irising or drift, generates a reproducible signal, has high quality shielding, has optimized peripheral devices such as optical trigger unit, fast delay unit etc., and is Turn-Key system including PC, TTL I/O interface and comprehensive software ready for easy integration in user's experimental setup. The detailed specifications of the required system are: An ultrahigh rep. rate gated intensified CCD Camera System that includes the following minimum requirements for the aspects stated below: - Image Intensifier capable of: Gen II single stage MCP Photocathode with highest sensitivity and spectral response in the 200-800 nm range Gain Modulation: up to 1GHz Minimum Gate Width: <300ps Gating Rep. Rate: < 110MHz Gating jitter: < 20ps Relay lens (2.17:1) - CCD Camera- Imager 3 QE capable of: Progressive scan interline sensor: 1376 (H) x 1040 (V) Pixel/Array size: 6.45?m x 6.45?m (8.67 x 6.6 mm?) Quantum Efficiency @ 550nm: 65% Dark current: < 0.1 e-/pixel/sec @ -12 degree C Read-out noise: 4...5 e- (high gain); 5...6 e- (low gain) Readout rate: 16 Mpix/s; 10 frames/s A/D converter: 12 bit 2-stage cooling with forced air cooling to -12 degree C - Pulse Delay Generator capable of: PC plug-in module for PCI slot Delay range: 10ns-100?s Jitter: 10ps or 0.05% of Delay Range Delay resolution: down to 2.5ps Output: TTL, NIM or ECL Output Pulse Width: 2ns to 200ns Max. Rep. Rate up to 20 MHZ - Personal Computer: >3 GHz Pentium Processor, > 200 GB HD, 1GB RAM, DVD R/W, MS Windows XP, 17? LCD flat screen monitor Incl. TTL I/O (4 inputs, 20 outputs) interface - 32 or 64 bit Software capable of: Operating camera function and delay unit control, image acquisition processing and analysis. - Optical Trigger Unit capable of: Input: optical or electrical Output: 2V pulse, <30ps jitter - In addition the unit should have an upgradeable intensifier head modification to allow: additional gate widths <100ps to 400ps @ up to 10kHz High Voltage Pulser for gating - On-site installation and training for NASA scientists is required. The provisions and clauses in the RFQ are those in effect through FAC 05-18. The NAICS Code is 334516. The DPAS rating for this procurement is DO-C9. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, Freight Traffic Officer, MS: 21-6 21000 Brookpark Rd. Cleveland, OH 44135 is required within 120 days ARO. Delivery shall be FOB Destination, and any shipping costs shall be included in the quoted price of each item; do not quote shipping separately. The Government is not subject to state sales tax. All contractual and technical questions must be in writing by email to BOTH Dawn Pottinger (dawn.r.pottinger@nasa.gov) and Hani Kamhawi (hani.kamhawi@grc.nasa.gov) not later than August 20, 2007, 4:30 p.m. EST. Telephone questions WILL NOT be accepted. OFFERS FOR THE ITEMS DESCRIBED ABOVE ARE DUE BY 4:30 p.m. EST on FRIDAY AUGUST 24,2007. Offers may be faxed or emailed only. Please send offers by fax to Dawn R. Pottinger at 216-433-2480, or they may be emailed to Dawn R. Pottinger at (dawn.r.pottinger@nasa.gov). OFFERS SHALL 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 (SEPT 2006), Instructions to Offerors-Commercial Items, 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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. OFFEREORS SHALL INCLUDED with offers the information required by provision 52.212-3, Offeror Representations and Certifications - Commercial Items, which is incorporated by reference. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at: http://orca.bpn.gov The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of meeting specifications, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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://procurement.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://procurement.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#126358)
 
Record
SN01371277-W 20070815/070813222001 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.