Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

67 -- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS One (1) high-speed imaging camera and illumination laser.

Notice Date
5/13/2020 11:18:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX20Q0081
 
Response Due
5/20/2020 8:59:00 AM
 
Archive Date
06/04/2020
 
Point of Contact
Douglas Dennard, Phone: 3013943371, Joseph M. Dellinger, Phone: 3013940769
 
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
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS � Solicitation Number: W911QX20Q0081 � Title: SMALL BUSINESS SET-ASIDE FOR One (1) high-speed imaging camera and illumination laser.� � � Classification Code: 67 � NAICS Code: 334516 � Response Date: �20 May 2020 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. � Description: One (1) high-speed imaging camera and illumination laser Disclaimer: This 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; proposals are being requested and a written solicitation will not be issued. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: � THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. � This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06.� For purposes of this acquisition, the associated NAICS code is 334516.� The small business size standard is 1,000. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 � One (1) EACH high-speed imaging camera and illumination laser Specifications/Requirement: � 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 minimize 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 exposure level. Includes a power supply and connectors to interface with a laser interlock system. Includes a key on/off switch. Includes a narrow band pass 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. � Delivery: Delivery is required by 14 weeks after receipt of order (ARO).� ��Delivery shall be made to Aberdeen Proving Ground (APG), MD 21005.� Acceptance shall be performed at APG, MD 21005. �The FOB point is APG, MD 21005. � Clauses: � The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: � In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� � In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. �Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. � The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE.� � The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: � FAR: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6 PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6 DEVIATION 2019-O0003 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2019) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) DFARS:� 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017 PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM�STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): � FAR:� 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS:� 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) FAR/DFARS Fill in Clauses:� 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. � The following notes apply to this announcement:� This purchase will be utilizing FAR Part 13 therefore no contract financing will be provided. Offerors are encouraged to review Local Clause titled Payment Terms in the Provisions and Clauses Full-Text Attachment. Place of Performance: ���������� U.S. Army Research Laboratory (ARL) Aberdeen Proving Ground (APG), MD 21005 �Offers are due on 20 May 2020, by 11:59 AM EST, via email to contract Specialist, Douglas Dennard, (301) 394-3371, douglas.c.dennard.civ@mail.mil For information regarding this solicitation, please contact Douglas Dennard, (301) 394-3371, douglas.c.dennard.civ@mail.mil � � � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2b6afd11c6cd414da703ea7b6e8df6cf/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD, USA
Country: USA
 
Record
SN05656640-F 20200515/200513230158 (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 |
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.