MODIFICATION
67 -- High Speed Camera
- Notice Date
- 9/6/2007
- Notice Type
- Modification
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-07-T-0259
- Response Due
- 9/14/2007
- Archive Date
- 11/13/2007
- Point of Contact
- Robin Stoltz, 301-394-3381
- E-Mail Address
-
RDECOM Acquisition Center - Adelphi
(rstoltz@arl.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This amendment replaces the previous synopsis solicitation in its entirety. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information inc luded in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-07-T-0259. This acquisition is issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. (iv) This acquisition is Full and Open. The associated NAICS code is 423410. The small business size standard is 100. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, CLIN 0001 HSFC-PRO Ultra High Speed Framing Camera system (P/N HPRO25-S20-P46-4) 1 EA; in accordance with the following specifications: System Requirements for Ultra high speed Camera Ultra Fast Framing Camera to allow the capture of up to 8 high-resolution images with an exposure time down to 1.5nsec. CCD based digital Camera with an imaging rate of up to 500 million frames per sec. System Elements: " Imaging Rate: 2ns interframing time (500million fps) for 4 frames; 125ns interframing time (8 million fps) for 8 frames; " 4-channel beam splitter system consisting of collimator lens F1.5/100mm and 4 output lenses F1.5/100mm " Interchannel Registration: plus or minus 5 pixels at center (optional to plus or minus 1 pixel at center); " Integrated filter holder for each channel - 75mm diameter with maximum filter thickness of 12.5mm " Trigger Converter - 10m FOL for Fiber Optic Triggering (no TTL); " Fiber optic link (Max to 1500m) to connect camera and computer " Input adaptation via Nikon F-Mount Intensifier Component(s) - Four MCP-image intensifiers: " High resolution single stage 6 micron Gen II MCP that matches the CCD camera element(s) yielding greater than 60 lp/mm typical; " 25mm Image Intensifier for large field of view; " Variable exposure and delay times from 3 nsec. (4 frames) / 20nsec (8 frames) to 1000 seconds - software selectable (optional to 1.5nsec); " Variable delay times from 2nsec to 10 msec (4 frames) - software selectable; " S20 Photocathode with quartz input window; " P46 Phosphor; " Glass output window; " Coupling to CCD - Ultra speed Tandem lens between intensifier and CCD collimator lens for distortion free, high resolution images with no vignetting; Camera Component(s) - Four High Performance 12-bit Interline transfer CCD camera systems: " High resolution 1280 x 1024 CCD - Grade 0 CCD components; " Dynamic Range of 12-bits for up to 4096 possible gray levels; " Readout rate of 12.5MHz resulting in 8 full frames/second with SVGA format; " Ability to capture 2 images with an interframe time of 500nsec. " Cooled CCD to -12Celsius for dark noise of only 0.1 e/p/sec. " Readnoise of only 7 electrons at 12.5MHz. " Ability to perform variable binning from 1 x 1 to 8 x 8 and up to 32 vertically and also define region of interest on-chip (On-chip ROI). " Asynchronus triggering possible with TTL input (electrical) or optical input on camera. " EMC shielded housing; " Four imaging modes including single, sequential, multiple exposure, and double shot capture capability. " Camware software which includes complete camera setting control, previewing and capturing of images, histogram, mathematical functions, contrast adjustment, saving of images in 8-bit and 16-bit file formats, image annotation, and sequential capture and p layback. Includes free upgrades " Camware software uses 32-bit code and operates with Windows 95/98/2000/XP operating systems. " Includes 32-bit Software Developers Kit (SDK) allowing the user to customize the acquisition or integrate with existing software. " Available LabVIEW drivers for integration with other devices CLIN 0002 Extended Warranty for two years which includes a warranty on electronics and maximum one intensifier replacement per HSFC PRO Camera in two year time period 1 EA; CLIN 0003 Trigger Converter with 10 meter fiber optic cable. (This accessory allows triggering of the camera by an optical pulse that is generated by a TTL signal produced by the event. This is needed as some ballistic events produce noise on long length s of wire, hence the move to an optical means of triggering the data collection.) 1 EA; CLIN 0004 Installation and training for one day at Government Site 1 EA. (vi) Delivery shall be FOB Destination and delivery is required within three months after date of contract award. Delivery shall be made to US Army Research Laboratory, ARL Receiving Section, Bldg 434, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at US Army Research Laboratory, APG, MD 21005. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.HTM or http://farsite.hill.af.mil/VFDFAR1.HTM. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. a. Proposals will be evaluated in three areas: (1) ability to meet salient characteristics and (2) past performance and (3) price. Areas 1 and 2 are of equal importance and when combined are more important than price. Price will not be scored but will be considered in the award decision on a best value basis. The Government will award a contract resulting from this solicitation to the responsible offeror whos e offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Salient Characteristics - Evaluation will be based on the ability of the proposed product to meet the salient characteristics of the specifications. Products must be clearly identified by manufacturer and model number and meet the salient characterist ics listed in the Statement of Work. Failure to meet any of the salient characteristics may cause rejection of the offerors proposal. (2) Past Performance - Performance record of the proposed product in meeting technical specifications; the offerors ability to meet delivery schedules; the offerors record of servicing the proposed product (maintenance, product updates, warranty, etc.) b. Offerors must provide with their proposal at least three records of past sales of the proposed product (or similar products). Submit the company name of the customer and provide a point of contact and telephone number. Offerors are encouraged to subm it with their proposal any correspondence with these companies that indicates quality of performance. c. The government reserves the right to award to other than the lowest price. The Government also reserves the right to make award without discussions or negotiations. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Impl ement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.203-3, 52.203-6, 52.211-6, 52.212-1, 52.222-3, 52. 222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 252.225-7012, 252.225-7001, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.247-7023 and 252.247-7024. (xii) The following additional contract requirement(s) or terms and conditions apply: 52.005-4401, 52.032-4418, 52.045-4400. (xiii) The following notes apply to this announcement: N/A (xiv) Offers are due on 14 August 2007, by 11:59 PM, Eastern Standard time, via email to rstoltz@arl.army.mil. For information regarding this solicitation, please contact Robin Stoltz, Contract Specialist, 301-394-3381, rstoltz@arl.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX-07-T-0259/listing.html)
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN01398030-F 20070908/070906230132 (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 |