SOURCES SOUGHT
67 -- SOURCES SOUGHT Sources Sought for one (1) high-speed imaging camera with illumination laser.
- Notice Date
- 4/10/2020 12:21:16 PM
- Notice Type
- Sources Sought
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0081
- Response Due
- 4/17/2020 1:00:00 PM
- Archive Date
- 05/02/2020
- Point of Contact
- Douglas Dennard, Phone: 3013943371, Joseph M. Dellinger, Phone: 5756785450
- E-Mail Address
-
douglas.c.dennard.civ@mail.mil, joseph.m.dellinger2.civ@mail.mil
(douglas.c.dennard.civ@mail.mil, joseph.m.dellinger2.civ@mail.mil)
- Description
- Sources Sought Template: (1) Action Code�:����� SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources.� This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date�:� 10 April 2020���������������� (3) Classification Code�: 67����������� (4) NAICS Code:� 333316������������� (5) NAICS Size Standard:� 1,000 Employees (6) Contracting Office Address:���� 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject:� Sources Sought for one (1) high-speed imaging camera with illumination laser.����� ����������������������������������������������� (8) Proposed Solicitation Number:� W911QX20Q0081 (9) Sources Sought Closing Response Date: 17 April 2020 (10) Contact Point: Douglas Dennard, Contract Specialist, ������ Douglas.C.Dennard.civ@mail.mil ������ 301-394-3371 (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Salient Characteristics C.1 Objective In an effort to conduct research to complete mission essential research under the Army Research Laboratory�s (ARL) top essential research program (ERP) Long Range Distributed and Collaborative Engagements (LRDCE), in support of the Army�s top modernization priority Long Range Precision Fires (LRPF), the Weapons and Materials Research Directorate (WMRD) within ARL requires a quantity of one (1) high-speed imaging camera and illumination laser.� The Contractor shall provide the aforementioned high-speed imaging camera and illumination laser in accordance with section C.2. C.2 Requirements C.2.1� The contractor shall provide one (1) camera for high-speed imaging applications, including shadowgraph and schlieren imaging within the lead time of 12 � 14 weeks after Receipt of Order (ARO).� The delivery location is Aberdeen Proving Ground (APG), MD 21005-5001, that meets the following salient characteristics: � Maximum image resolution at least 1024 by (x) 1024 pixels. Max frame rate at full resolution at a minimum of 20,000 frames per second. Max frame rate at reduced resolution at a minimum of 2,000,000 frames per second. Ability to obtain a minimum of 200 sequential frames at the maximum frame rate. Uncompressed recording depth at a minimum of 12-Bit. Memory capacity at a minimum of 32 gigabytes. Minimum global shutter time per frame of 159 nanoseconds or less. Uses a color image sensor. Light sensitivity at a minimum of 10,000. Ability to switch to low-light mode. Ability to capture raw (i.e., uncorrected) red-green-blue (RGB) values from video images. Controllable through gigabit Ethernet connection. Triggerable by an external time to live (TTL) pulse via a Bayonet Neill�Concelman (BNC) cable connection. Includes shipping and handling. Includes a minimum one (1) year warranty. The contractor shall provide a laser illumination system for high-speed imaging applications, including shadowgraph and schlieren imaging, that meets the following characteristics: Ability to fire laser pulses at a minimum rate of 2,000,000 Hertz. Ability to adjust the pulse width from a minimum of ten (10) nanoseconds (or lower) up to at least one (1) microsecond. Ability to provide a peak power of at least 400 Watts. Operates at a wavelength of 810 nanometers. Ability to be triggered by high-speed cameras, including Photron (model SAZ) and Phantom (model v711) cameras. Designed to produce a low coherence beam to miminize speckle or fringe effects common to laser illuminated shadowgraph or schlieren imaging with high coherence lasers. Includes a cable of at least one (1) meter in length to separate power supply and light output. Has a delay time of less than 100 nanoseconds between the synchronization trigger input and the start of the light pulse, with jitter less than five (5) nanoseconds. Includes two (2) pairs of laser safety glasses rated to attenuate the laser below the maximum permissible explosure level. Includes a power supply and connectors to interface with a laser interlock system. Includes a key on/off switch. Includes a narrow bandpass filter at least three (3) inches in diameter (or height/width) with a full width at half maximum of 12 nanometers or less for the laser wavelength. Includes shipping and handling. Includes a minimum one (1) year warranty. C. Responses: � All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date.� Responses shall include: To what extent each of the specifications can be met. � �Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 �standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. � Past experience/ performance through the description of completed projects. � (12) Responses to this sources sought are due no later than 4:00 PM ET 17 April 2020. Submissions should be emailed to Douglas Dennard at douglas.c.dennard.civ@mail.mil.� � � Questions concerning this sources sought may be directed to Douglas Dennard at douglas.c.dennard.civ@mail.mil or 301-394-3371.� Please be advised that .zip and .exe files cannot be accepted. (13) Place of Contract Performance: United States (U.S.) Army Research Laboratory ����������������������������������������������������������� ���� 6375 Johnson Road, Bldg 321 ����������������������������������������������������������� ���� Aberdeen Proving Ground, MD 21005 (14) Estimated Delivery Timeframe or Period of Performance:� No later than (NLT) 14 weeks after receipt of order (ARO)�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e6f69e41dd3748e7bcbe5fcae41c2d9f/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05618185-F 20200412/200410230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |