SOURCES SOUGHT
66 -- Sources Sought: Portable 3D Optical Laser Scanner
- Notice Date
- 8/3/2016
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA16595339Q
- Archive Date
- 8/13/2016
- Point of Contact
- Rachel A Jandron, Phone: 6506042655, Marianne Shelley, Phone: 6506044179
- E-Mail Address
-
Rachel.A.Jandron@nasa.gov, marianne.shelley@nasa.gov
(Rachel.A.Jandron@nasa.gov, marianne.shelley@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is issued by the NASA/ARC to post a Sources Sought via the internet, and solicit responses from interested parties. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. Prospective offerors are invited to submit written comments or questions to: Rachel Jandron at Rachel.A.Jandron@nasa.gov, no later than 4:00 PM PST on 8/12/2016. When responding reference NNA16595339Q or Portable 3D Optical Laser Scanner. Comments may be forwarded to Rachel Jandron at Rachel.A.Jandron@nasa.gov via electronic transmission. 1. Background The NASA Revolutionary Vertical Lift Technology (RVLT) project is responsible for research activities that directly support the civil competitiveness of the U.S. helicopter industry and the vertical lift requirements of the Department of Defense. The RVLT project addresses all aspects of rotary wing vehicles that directly influence vehicle performance, structural and dynamic response, flight dynamics and control, external acoustics, vibration, and aero-elastic stability. In particular, the RVLT project uses advanced computational tools to predict rotorcraft aerodynamic, aero-acoustic, and dynamic behavior. These tools require accurate 3D geometries of vehicle components to properly simulate aeromechanic phenomena. Components can include model- and full-scale rotor blades, rotor hubs, small UAV center-bodies, and full-scale fuselages and empennages. 2. Specifications a) Handheld and portable to provide flexibility in regard to hard to reach areas, e.g., holes and cavities b) Plug and play type connection c) Automatic calibration to maintain system accuracy d) Dynamic referencing (using built-in photogrammetry system) compatible with in-house MetraScan 70 and VSTARS systems to extend measurement volume without loss of accuracy, making measurements immune to instability or vibration e) Spatial resolution of 0.002 in with accuracy of 0.001 in or better f) Data rate of 250,000 measurements/sec or better g) Ability to measure black or shiny surfaces h) Laptop-based 3D data collection, storage, and export capabilities NASA/ARC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, photographs/ brochures, and references. Please provide a description of your company's manufacturing facilities and personnel, website address, number of years in business, and/or examples of previous work performed for Government or private customers that is similar to this current NASA requirement. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16595339Q /listing.html)
- Place of Performance
- Address: Contractor facility, United States
- Record
- SN04207156-W 20160805/160803234658-f3f1f34c46f7ca63389a2f0052a4be62 (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 |