Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

66 -- DIGITAL INTENSIFIED CAMERA SYSTEM

Notice Date
3/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
 
ZIP Code
44135
 
Solicitation Number
NNC16582599Q
 
Archive Date
4/29/2016
 
Point of Contact
Nancy M. Shumaker, Phone: 2164332133
 
E-Mail Address
nancy.m.shumaker@nasa.gov
(nancy.m.shumaker@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a Digital Intensified Camera System to operate with an existing imaging spectrometer system for the acquisition of RAMAN spectra information generated by a pulsed Nd:YAG laser system. The specifications for the Intensified Camera System are as follows: 1. Shall be at least 1000x1000 pixel resolution. 2. Sensor shall be based on Full Frame CCD architecture. 3. Shall be monochrome. 4. Pixel size shall be ≥ 13 microns and ≤14 microns. 5. Shall utilize at least a 18mm Gen III Filmless MCP Image Intensifier, 1:1 fiber-optically coupled to the sensor, with a short decay high brightness P43 phosphor. 6. Image intensifier shall have a Quantum Efficiency of at least 47.5% at 532 nm through the image intensifier. 7. Shall be capable of intensifier gates widths of < 3 ns. 8. Shall output at least 16 bits per pixel (65536 gray levels), at user selectable rates of 1MHz or 2 MHz. 9. Shall have a pixel well depth of at least 100,000 electrons. 10. Pixel well depth to noise floor ratio shall be > 5,000 (Vendors shall supply specifications of Pixel Well Depth in e- and Noise Floor values in e- for any proposed system). 11. Shall be capable of at least 7 frames/sec. 12. System shall be capable of integrating on-chip for user selectable number of exposures at the laser trigger rate of 10 Hz. 13. Shall come equipped with a faceplate to enable direct mounting to an Acton SP-2500 series (0.5 meter) Spectrometer. 14. The distance from the camera's image intensifier to the front face of the camera housing shall be no longer than 23 mm. If a mounting plate is required to mount the camera to the spectrometer, then the distance from the camera image intensifier to the front edge of the mounting plate shall be no longer than 23 mm. Offerors shall provide drawings of camera faceplate (with any required mounting bracket) to sensor distance with dimensions clearly denoted. 15. Shall be capable of being externally triggered for each frame acquisition by a user supplied (positive going or negative going) TTL pulse. 16. Camera exposure gate of the intensifier shall be software selectable from the externally supplied TTL trigger pulse. 17. Shall be capable of providing an output TTL pulse that can be used to synchronize the camera intensifier gate period with other cameras or pulsed light sources. 18. Shall be delivered with a camera control software package which provides live online image display of the acquired camera images on the controlling computer's display screen. Software shall also provide control over camera triggering options, frame rate and resolution, electronic shutter time and intensifier exposure period and gain setting. Camera shall be triggerable via either software command (mouse click) or via external trigger pulse after arming in software. Software shall support the automatic acquisition of image sequences of user specified length and streamed directly to disk and auto-named and numbered. Software shall run on a pc equipped with Windows 7/8/10 operating system. 19. The software supplied to control the camera shall also be capable of controlling and operating an Acton SP-2500 series spectrometer via a USB interface. 20. Shall support Gigabit Ethernet interface for system operation, control and download of image data. 21. Camera head with intensifier shall not exceed: 125mm H x 125mm W x 250mm D. 22. The camera head weight shall not exceed 4 kg lbs. 23. Shall operate on 110 VAC, 60 Hz. The provisions and clauses in the RFQ are those in effect through FAC 2005-87-1. The NAICS Code and the small business size standard for this procurement are 339999/500 respectively. 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 NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 45 days ARO. Offers for the camera described above are due by 4:30 p.m. April 14, 2016, NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product (s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52,204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.223-13 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 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) to Nancy Shumaker not later than COB April 13, 2016. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16582599Q/listing.html)
 
Place of Performance
Address: NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135, United States
Zip Code: 44135
 
Record
SN04067120-W 20160401/160330234509-3ceb30ac7e6e43fc40bd4280c2e7d8fc (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.