SOLICITATION NOTICE
67 -- Infrared Cameras
- Notice Date
- 7/22/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-08-T-0169
- Response Due
- 8/4/2008
- Archive Date
- 10/3/2008
- Point of Contact
- Martha S. Robles, (575)678-4963
- Small Business Set-Aside
- Total Small Business
- Description
- (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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-08-T-0169. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 (iv) This acquisition is set-aside for small business. The associated NAICS code is 333315. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, Short-wave infrared (SWIR) focal plane array camera system, 1 EA; CLIN 0002 Mid-wave infrared (MWIR) focal plane array camera system, 1 EA. (vi) Description of requirements: This document describes the requirements of the Army Research Laboratory (ARL) for the procurement of infrared (IR) camera systems. Two cameras are required; the first camera shall be spectrally responsive in the short wave infrared (SWIR) region and the second camera shall be spectrally responsive in the mid-wave infrared (MWIR) region. The requirements for each camera are: CLIN 0001 - SWIR Camera: The SWIR camera shall have a system spectral response from at least 1 micrometer (m) to at least 2.5 m. The camera shall have a cooled focal plane array (FPA) that is cooled with either liquid nitrogen (LN2) or a Stirling cooler. The FPA shall be fabricated from indium antimonide (InSb). The FPA shall have a resolution of 640 by 512 pixels and the pixel pitch shall not exceed 22 m in either dimension (pixel width or height). The camera shall have an operability of at least 99.5% of the pixels. The dynamic range of the FPA shall be 14 bits or greater. The camera shall be capable of accepting the standard f/2.3, twist-lock bayonet mount lenses sold by companies such as Optimum Optical and Janos Technology. The camera shall operate with snapshot type integration and the integration time shall be variable. The camera shall support sub-windowing operation (operation at less than 640 by 512 pixels). The output frame rate of the camera shall be 90 frames per second (FPS) or greater at the full 640 by 512 window size. The communication and data transfer links to the camera shall be implemented via the Camera Link interface. The camera shall be capable of time-stamping the individual frames with IRIG-B data. The camera shall include the ability for the user to insert optical filters internally on a cold finger so the filters are cooled by either the LN2 or Stirling cooler. CLIN 0002 - MWIR Camera: The MWIR camera shall have a system spectral response from at least 2 m to 5 m. The camera shall have a cooled FPA that is cooled with either LN2 or a Stirling cooler. The FPA shall be fabricated from indium antimonide (InSb). The FPA shall have a resolution of 640 by 512 pixels and the pixel pitch shall not exceed 22 m in either dimension (pixel width or height). The camera shall have an operability of at least 99.5% of the pixels. The dynamic range of the FPA shall be 14 bits or greater. The camera shall be capable of accepting the standard f/2.3, twist-lock bayonet mount lenses sold by companies such as Optimum Optical and Janos Technology. The camera shall operate with snapshot type integration and the integration time shall be variable. The camera shall support sub-windowing operation (operation at less than 640 by 512 pixels). The output frame rate of the camera shall be 90 FPS or greater at the full 640 by 512 window size. The communication and data transfer links to the camera shall be implemented via the Camera Link interface. The camera shall be capable of time-stamping the individual frames with IRIG-B data. The camera shall permit the user to insert optical filters internally on a cold finger so the filters are cooled by either the LN2 or Stirling cooler. (vii) Delivery is required within 30 days from date of award. Delivery shall be made to White Sands Missile Range, NM 88002-5501. Acceptance shall be performed at White Sands Missile Range, NM 88002-5501. The FOB point is DESTINATION (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance, and price. The technical capability and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the product being offered meets or exceeds the salient characteristics in paragraph (vi) above and shall be solely based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the offer. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cut, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a produce so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modification and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the Offeror as to actual sales of the proposed product to industry or government agencies and must include records of at least two recent sales and identify a point of contact for each by providing a name, telephone number or email address. The Government will award a contract to the Offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) 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 Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.203-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, 52.225-13, 52.232-33, DFARS 252.225-7001, 252.232-7003, 252.243-7003, 252.247-7023, 252.247-7024. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii) The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4407 Type of Contract; 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4427 Electronic Submission of Invoices Payment by DFAS. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is not rated under the Defense Priorities and Allocations System (DPAS). (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 04 August 2008, by 3:00 PM, Mountain Daylight Time, via email to martha.robles@arl.army.mil (xvii) For information regarding this solicitation, please contact Martha Robles, 575-678-4963 or via email at martha.robles@arl.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=228e44b1767f7f17b6429c549afda244&tab=core&_cview=1)
- Place of Performance
- Address: US Army Research Laboratory Shipping and Receiving - Bldg 1646 WSMR NM
- Zip Code: 88002-5501
- Zip Code: 88002-5501
- Record
- SN01620276-W 20080724/080722224301-228e44b1767f7f17b6429c549afda244 (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 |