Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

66 -- High Speed Imaging System - Attachment I

Notice Date
8/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RQ-0598
 
Archive Date
9/9/2011
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment I THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. The National Institute of Standards and Technology (NIST), Engineering Laboratory (EL), is preparing to begin modifications to the Physics Laboratory (PL) Air Speed Calibration Facility (i.e., wind tunnel) for wind engineering experimentation. The wind tunnel is a welcome addition to EL's resources and expertise in experimental and computational wind engineering. When operational, the 1.5 m wide x 2.1 m high x 12.1 m long wind tunnel will provide the capability to test at model-scale structures with full scale heights of up to 150 m. Wind speed in the tunnel will be measured using both laser Doppler and hot wire anemometry, while wind loads will be measured and collected using high resolution pressure scanners and a data acquistion system. Terrain conditions upwind of the model-scale structures will be simulated using techniques that have been used in other wind engineering experiments throughout the world. In addition, novel techniques will be used where low-frequency turbulent fluctuations will be replaced by an increment in the mean speed. The facility will allow comparisons between wind loads measured in the wind tunnel and at full-scale. Comparisons will also be made between measurements taken in the wind tunnel and results of numerical computations. Research conducted in this facility will help to provide the technical basis for improvements to codes, standards, and practices governing design of building structures for wind. Work under this acquisition shall deliver a high speed imaging system that will be used for the visualization and interpretation of wind flow around obstacles. The system must include a high speed camera, associated lens kit, computer software package, and a visualization probe system that will include fog fluid and a dispensation device for the fog fluid. NIST-EL requires a system that is flexible, that can handle large data sets with the capabilities outlined below, and that can provide NIST-EL with the capability to rapidly and easily collect, store and analyze large amounts of data. Responsible quoters shall provide a quotation for the following line item in accordance with the terms and conditions specified herein. LINE ITEM 0001: Quantity one (1) each High Speed Imaging System that includes all of the following components and meets or exceeds all of the following required specifications: -A high speed imaging camera capable of acquiring 500-2000 frames per second (fps); -Camera shall be capable of taking frames at a resolution of at least 1 Megapixel (MP) and have memory capability of 4 Megabytes (MB) or greater; -A lens kit must be provided. The lens must have a focal length of 50mm or better and an aperture of f/1.4 or better; - A software package must be provided. The software package must be specifically created for this equipment. The software must ensure that data taken can be processed, collected, put onto the computer and seen easily and immediately, or ‘readily visualized;' -A visualization probe system must be provided. The system must contain a fog production system that is capable of readily visualizing (as described above) the flow within the wind tunnel. The flow within the wind tunnel is shown in Attachment I; -A backup supply of fog fluid (e.g., olive oil), not less than 12 liters, shall be delivered; -System Operation. To properly interface the flow visualization system with the wind tunnel and associated equipment, both the high speed imaging camera and visualization probe systems must be able to operate to the required specifications within or very near the confines of the wind tunnel. Interface means that equipment must perform to NIST's required specifications. With respect to the High speed imaging camera, this means that the camera must be able to operate to the required specifications when placed immediately outside the wind tunnel (less than 3 feet); With respect to the visualization probe system, this means that the probe itself must be able to operate to the required specifications when placed within the wind tunnel; The entire fog production system can remain outside of the wind tunnel. A general illustration of the wind tunnel, its dimensions, and experimental setup are shown in Attachment I. -Equipment must have the capability to be expanded beyond what is described herein. NIST-EL is considering, as a future goal, the development of a fully operational Particle Image Velocimetry (PIV) System, which will include additional equipment, including pulsed laser technology. While the high speed imaging system may not be upgraded, it will be used in an upgraded and expanded PIV system. WARRANTY The manufacturer's standard warranty shall apply to this equipment. DELIVERY Delivery shall be completed in accordance with the Contractor's commercial schedule, however, must not exceed 90 days from the date of award. Delivery shall be made to NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. INSPECTION AND ACCEPTANCE CRITERIA Installation will be completed by NIST. NIST will inspect all equipment to ensure that all required equipment has been delivered. Equipment must perform to all required specifications. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the quoter who can provide all required equipment, meet all required specifications and quotes the lowest price. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed equipment, addresses all required specifications, and clearly documents that the offered equipment meet(s) or exceeds the specifications stated herein; If standard product literature and/or technical descriptions do not address all required specifications, quoters must provide narratives and or explanation of the work that will be will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned; 2) Documentation which verifies that equipment has worked and will work within environments the same as or similar to the environment required by this solicitation; 3) An original and one copy of a price quotation for all equipment. FOB Destination pricing is required; 4) The country of origin for the quoted equipment; 5) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 6) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 7) Documentation that the quoter is registered in the Central Contractor Registration; www.ccr.gov. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on August 25, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the electronic inbox of Carol Wood. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of hard copies of quotes. If hard copies are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.209-6, Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0598/listing.html)
 
Place of Performance
Address: Ship to:, NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02542795-W 20110821/110820000326-cd979c3945e7551b28cceca50975441e (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.