Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2008 FBO #2330
SOLICITATION NOTICE

A -- VIC-3D DIGITAL IMAGE CORRELATION SYSTEM

Notice Date
4/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM08240167Q1
 
Response Due
4/18/2008
 
Point of Contact
Marianne R. Campbell, Contract Specialist, Phone 256-544-6496, Fax 256-544-0236, - Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062
 
E-Mail Address
marianne.campbell@msfc.nasa.gov, betty.c.kilpatrick@nasa.gov
 
Description
************Please send all correspondence to Elizabeth Mudler/DFS toelizabeth.e.mudler@nasa.gov or via fax 256-544-4401***************This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation 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 this procurement is forseven (7) complete Correlated Solutions Video Image Correlation (VIC) Systems to covertwo test programs to be performed by the Structural Strength Test Group (ET30) at MSFC.One test program is governed by NASA Langley Research Center (LARC). The LARC testprogram is a study on the structural response of cylindrical barrels in buckling failuremodes (aka Shell Buckling Test Program), involving a total of eighteen test articles tobe tested in series over the course of 6/2008 to 6/2010. The other test program is theARES Upper Stage Test Program governed by NASA Marshall Spaceflight Center (MSFC). Thefirst four of the seven VIC systems are required for each of the LARC tests. Theremaining three systems are required for other concurrent ARES US structural testing.See below specifications and requirements. Specifications for quantity seven (7) VideoImage Correlation (VIC) systems utilizing the photogrammetry method that meet or exceedthe requirements below:1.Must be compatible and interchangeable with current VIC system in place at MSFCStructural Test Lab.2.Must provide graphical real time display of deformation and strain over a 3Dimage of the test article geometry. Real time full field data display >10,000points/sec, along with the real time capability of multiple fully processed image pairsper second.3.Full-field strain measurement capability including longitudinal, transverse, andshear strain data and principle strain data.4.The ability to re-calibrate at all times before, during, and after the test. This recalibration must be able to be performed without acquiring additional images.5.Each system will process, display, and export displacement and strain results incartesian and cylindrical coordinate systems. Software must include an option to exportdata in Tecplot format.6.Each system will have global-local imaging and data processing capability andinclude data set merging of local and global data7.System must generate deformation/strain contour plots in.avi format. Individualcontour plots shall be saved in TIFF, JPEG and other formats.8.Systems must be synchronizable to each other with the possibility of one systemserving as the core display system.9.Export of data in ASCII format.10.A variety of precision lockable lenses with the ability to take full field imagesof articles 4x4 to 15x15.11.Permanent software license for each PC. Also, the ability and licensing toproperly process data on any Windows based PC.12.High resolution cameras (at least 4 Mpixel).13.Multiple user-defined plot windows for real time or post processing displays.14.Computers large HD, RAM, dual monitors for each system for real time displays.15.Calibration Standards must be supplied with each system.16.Training several days of on-site training to cover theoretical and practicalusage.Also, must supply additional training as necessary to meet or exceed the currentlevel of expertise on the VIC system that is already in place and in use by customer.17.Support phone/email support for 1 year.18.Warranty - robust warranty package on hardware and softwareThis is a full and open competition solicitation. The NAICS Code for this solicitation 541330. 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 MSFC is no later then 10/31/2008 or six months after the anticipated awarddate of 04/21/2008. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 12:00 noon CST, 04/18/2008 toElizabeth Mudler at elizabeth.e.mduler@nasa.gov; FAX: 256-544-4401, and must includesolicitation number, CCR Cage Code, FOB destination to MSFC, proposed delivery schedule,discount/payment terms, warranty explanation and duration, taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative.Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (Feb 2008), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (Feb 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-7, 52.203-6, 52.219-8, 52.219-28, 52.222-3, -19, -21,-26, -35, -36, -37, -39, -50, 52.225-3, -13, 52.232-33, 52.247-34.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 All contractual and technical questions must be in writing (e-mail or fax) to ElizabethMudler/DFS at elizabeth.e.mudler@nasa.gov or via fax 256-544-4401 no later than 10:00a.m. CST on 04/16/2008. Telephone questions will not be accepted.Selection and award will be based on best value including the lowest priced technicallyacceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement. An ombudsman has been appointed:1852.215-84 Ombudsman (OCT 2003) (a) An ombudsman has been appointed to hear andfacilitate the resolution of concerns from offerors, potential offerors, and contractorsduring the pre-award and post-award phases of this acquisition. When requested, theombudsman will maintain strict confidentiality as to the source of the concern. Theexistence of the ombudsman is not to diminish the authority of the contracting officer,the Source Evaluation Board, or the selection official. Further, the ombudsman does notparticipate in the evaluation of proposals, the source selection process, or theadjudication of formal contract disputes. Therefore, before consulting with an ombudsman,interested parties must first address their concerns, issues, disagreements, and/orrecommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman.Robin N. HendersonGeorge C. Marshall Space Flight Center256-961-1919 (office)256-544-8369 (fax)robin.n.henderson@nasa.govConcerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mail,james.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the contracting officer or as specified elsewhere in this document. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62. Potebtial offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a3dfe280f34b6a86415f1e3cbcd2dfe&tab=core&_cview=1)
 
Record
SN01552647-W 20080413/080411221349-0a3dfe280f34b6a86415f1e3cbcd2dfe (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.