SOLICITATION NOTICE
66 -- Visible/near-infrared (VNIR) hyperspectral imaging system
- Notice Date
- 8/13/2020 12:28:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12305B20CS0012
- Response Due
- 8/21/2020 12:00:00 PM
- Archive Date
- 09/05/2020
- Point of Contact
- Mark O. Volk, Phone: 3096816618
- E-Mail Address
-
mark.volk@usda.gov
(mark.volk@usda.gov)
- Description
- The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) issues this Request for Quotes (RFQ) for a firm fixed-price contract for: The ARS USDA ARS US Food Safety Laboratory Beltsville MD 20705 Food Safety Lab is requesting Quotes from interested Vendors for: The ARS Environmental Microbial and Food Safety Laboratory has developed hyperspectral imaging systems and image-based food safety and quality inspection systems including customized visible/near-infrared (VNIR) hyperspectral imaging platforms for use in research projects for irrigation water quality assessment and for preharvest produce field safety inspection. The current hyperspectral and Lidar system will be moved from the current DJI M600 and integrated into the xFold Cinema X8. The acquisition will allow for comparable operation and analysis using interface and analysis software previously developed for the laboratory VNIR systems, since the sensing modules, components, and software must be compatible with the existing imaging system platforms already developed by the USDA-ARS Environmental Microbial and Food Safety Laboratory. In addition to the high-precision GPS and 16-channel LiDAR, the hyperspectral VNIR package on xFold Cinema X8 will also include the LiDAR Tools software package for creating LAS and DEM files as well as for fusing hyperspectral and LiDAR data. An additional VNIR hyperspectral imaging system integrated on a US made xFold Cinema X8 sUAS package with high-performance GPS and 16-channel LiDAR is being purchased to ensure there are no gaps in data collection, this also allows for simultaneous collection of data from multiple areas at one time when more than one experiment is being conducted at the same time. The Environmental Microbial and Food Safety Laboratory is acquiring: a) visible/near-infrared (VNIR) hyperspectral imaging system turnkey package integrated on xFold Cinema X8 sUAS with high- performance GPS and 16 channel LiDAR. The package includes: 1) Nano?Hyperspec� VNIR spectrometer, radiometrically calibrated 2) GPS/IMU, antennas, mounts and associated GPS software (includes post?processing software on high performance model) 3) Headwall Airborne Operations software package for data acquisition and post?processing 4) Airborne Accessory Kit: X bracket for Headwall custom mounting system, reflectance calibration tarp, tablet, flight?planning software. 5) 16?Channel LiDAR option includes LiDAR Tools software package for creating LAS and DEM files as well as fusing hyperspectral and LiDAR data 6) Training: 1 day of training at Headwall headquarters, scheduled bi?monthly 7) Additional training charge for custom training if not delivered with bi?monthly class 8) Support: 1?year hardware & software warranty plus 1 year of technical support and software maintenance on Headwall?sold products only 9) Reference Headwall product data sheet: Nano?Hyperspec� VNIR b) 17mm, F/1.4, 400-1000nm, Compact Barrel, C-Mount Headwall Photonics Minimum working distance 58mm c) 2 Headwall Higher Endurance Drone Package Headwall Photonics xFold Cinema X8, US made high endurance drone, includes flight controller, carrying case, batteries, and custom gimbal for Headwall Nano-Hyperspec payload d) Systems Engineering Services Headwall Photonics Remove customer owned Nano-Hyperspec from DJI M600 and install onto new Higher Endurance Drone Package The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 Simplified Acquisition Procedures for Commercial Items.� Interested vendors should reference the solicitation documents for all terms and conditions, evaluation factors and submission requirements.� Award will be Firm Fixed Price (FFP). The associated NAICS Code is 334516 Notice of Set-Aside for Small Business Concerns:� N/A� The Government intends to award a Firm fixed-price contract.� SELECTION PROCESS:� Pending availability of funding, the basis for any potential award is Lowest Price Technically Acceptable (LPTA). ""LPTA"" means the expected outcome of the acquisition that, results from selection of the lowest evaluated price (evaluated as total cost of all line items) technically acceptable quotation that fully meets all specifications and having satisfactory past performance. Only the lowest priced quote will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding. In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING: (a) Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks identified above. (b) Submit Firm Fixed Price quotation valid for 60 days for Schedule Line Item delivered FOB Destination inclusive of all costs. (c) Submit DUNS# with quotation. (d) Submit two separate Past Performance References with contact information for recent contracts of similar scope to this requirement. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. � All questions regarding this announcement must be submitted in writing to the Contracting Officer, via email to Mark.Volk@usda.gov.� Telephone requests for information will not be accepted or returned. Biobased Products:� This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. The Government intends to post all notices/amendments related to this solicitation on government point of entry (GPE) Contract Opportunities at https://beta.sam.gov/.�Hard copies of the solicitation will not be provided. Offerors are encouraged to check the FBO web site frequently in order to be notified of any changes to this solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make an Offeror ineligible for award.� The SAM website can be accessed at www.sam.gov/portal/SAM
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6ae86417d4514f4484e000aa7bd7e2d7/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN05757306-F 20200815/200813230203 (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 |