SOLICITATION NOTICE
W -- HIGH-SPEED IMAGING CAMERA RENTAL
- Notice Date
- 1/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC12421420Q
- Response Due
- 1/20/2012
- Archive Date
- 1/13/2013
- Point of Contact
- Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
- E-Mail Address
-
Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for the rental of HighSpeed Imaging Cameras in accordance with the following specifications:Rental of High-Speed Imaging CamerasCamera Technical Requirements:Camera: High-Speed Digital Black & WhitePhysical Size:Camera body, lens, and power supply shall fit within a 5.834 inchdiameter cylinder that is 20 inches in length.Internal Memory: 16 gigabytes minimumShock Rating:100 Gs Internal Monitoring: Camera temperature and voltageTrigger: Externally applied, 2.5 54 vdcSynchronization: Externally applied IRIG-BRemote Control: External remote control via Cat 5/6 Ethernet. Remote arming, download,and re-arming capability.Performance: Ability to record to on-board memory 1,000 frames per second at a resolutionof 800 x 600 pixels for a time period of 35 seconds minimum.Software: Provide PC-compatible software to remotely control and operate the camera viaCat 5/6 Ethernet cable. (Ethernet cable provided by Government).Camera Lens: Provide 12.5 mm lens with each camera.Power Supply: Provide power supply and transformer for each camera as necessary toconvert Government Facility 120 VAC power supply. User Manual: Provide user manual describing the camera and software operations.Rental Requirements:Camera 1 Quantity and Rental Period:One (1) high-speed camera is required for one (1) rental period that isone-hundred-twenty (120) days duration. The Government shall provide a 3-week advancenotice of when the rental period will begin. The beginning of the rental period shall bewhen the cameras are to arrive at the Government Facility. Shipping time to and from theGovernment Facility shall not be included in the 30-day rental period.It shall beunderstood that for the rental periods, the term 'camera rental' implies the rental ofthe camera, power supply, software, lenses, etc. as required to operate the camera asdescribed in the technical requirements.Cameras 2-5 Quantity and Rental Period:Four (4) high-speed cameras are required for each of two (2) rental periods that arethirty (30) days duration each. The Government shall provide a 3-week advance notice ofwhen each of the two rental periods will begin. The beginning of the rental period shallbe when the cameras are to arrive at the Government Facility. Shipping time to and fromthe Government Facility shall not be included in the 30-day rental period. It shall beunderstood that for the rental periods, the term 'camera rental' implies the rental ofthe camera, power supply, software, lenses, etc. as required to operate the camera asdescribed in the technical requirements.Approximate Rental Dates for Planning Purposes:For the purposes of planning by the camera provider, it is expected that the Camera 1rental period will be approximately from February 1, 2012 through May 30, 2012. Theactual time period may slip slightly to later dates. It is expected that the Cameras 2-5rental periods will be March 1 March 31, 2012 and May 1 May 30, 2012. These datesare considered preliminary. The Government will provide a 3-week notice of rental perioddates.The provisions and clauses in the RFQ are those in effect through FAC 2005-55.This procurement is a total small business set-aside.The NAICS Code and the small business size standard for this procurement are 423410/100respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired approximately within 3 weeks ARO. Delivery shall be FOB Destination.Offers for the items described above are due by COB 01/20/12 to NASA/Glenn ResearchCenter, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number,FOB destination to this Center, proposed delivery schedule, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end products offered are other than domestic end products as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.223-18, 52.232.33.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 NancyShumaker not later than COB 01/20/12. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements such as Delivery, shall also beconsidered. It is critical that offerors provide adequate detail to allow evaluation oftheir offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12421420Q/listing.html)
- Record
- SN02654981-W 20120115/120113234944-788b942c4caccc3533c84676c3d25820 (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 |