Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1999 PSA#2383

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

38 -- DIGITAL CAMERA SYSTEM SOL 1-111-GHG.1435 DUE 071699 POC Lauretta E. Cole, Purchasing Agent, Phone (757)-864-2443, Fax (757) 864-9775, Email L.E.COLE@larc.nasa.gov -- Sandra M. Glenn, Contracting Officer, Phone (757)-864-2413, Fax (757) 864-8863, Email S.M.GLENN@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-111-GHG.1435. E-MAIL: Lauretta E. Cole, L.E.COLE@larc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). DIGITAL CAMERA SYSTEM WITH THE FOLLOWING FEATURES: SVGA RESOLUTION COOLED CCD CAMERA CONNECTED TO A PCI-TYPE PC INTERFACE VIA FIBER-OPTIC CONNECTION. ALL CAMERA CONTROLS ARE SOFTWARE CONTROLLED THROUGH THE COMPUTER INTERFACE WITH NO CONTROLS NECESSARY AT THE CAMERA HEAD. HIGH RESOLUTION (1280 X 1024) IMAGES ACQUIRED UP TO 8 FPS OR BETTER. LOW RESOLUTION BINNED IMAGES ACQUIRED UP TO 30 FPS OR BETTER. SYSTEM SHALL BE COOKE CORPORATION SENSI-CAM HIGH-SPEED MULTIPLE EXPOSURE CCD CAMERA SYSTEM MODEL #370LF-TTL OR FULLY EQUAL. CAMERA SPECIFICATIONS: COOLED SCIENTIFIC GRADE MONOCHROME CCD SENSOR WITH AT LEAST 1280 X 1024 SENSORS. CCD SENSOR QUALITY -- GRADE 0; TRUE 12-BIT DIGITIZATION (4096 GRAY LEVELS) DYNAMIC RANGE -- 12 BIT AT 12.5 MHz READOUT; SPECTRAL RESPONSE -- 290 TO 1000 NM; CAPABLE OF VARIABLE PIXEL BINNING TO ALLOW HIGHER SPEED ACQUISITION OF UP TO 30 FPS OR HIGHER; SENSOR FORMAT -- 2/3 INCH; CCD ELECTRONIC SHUTTER CAPABILITY -- 100 NANOSECONDS TO 1 MILLISECOND; LENS MOUNT -- STANDARD C-MOUNT WITH ADJUSTABLE FOCUS; CAMERA DIMENSION -- NOT LARGER THAN 4 INCHES ON A SIDE X 9 INCHES LONG (WITHOUT LENS); INPUT POWER -- 120VAC 60HZ (INTERNAL OR EXTERNAL POWER SUPPLY). PCI INTERFACE: PCI LOCAL BUS COMPATIBLE; 16MBYTE BUFFER RAM; TTL TRIGGER INPUT AND TTL OUTPUT SYNCHRONOUS WITH EXPOSURE; FIBER OPTIC SERIAL INTERFACE; FIBER OPTIC LINK CAPABLE UP TO 100 METERS; 2-METER DUPLEX DIAMOND TO DIAMOND FIBER OPTIC CABLES WITH DIAMOND TO DIAMOND MATING; CONNECTORS SUPPLIED. SOFTWARE: WINDOWS 95/98NT COMPATIBLE SOFTWARE FOR CAMERA CONTROL AND IMAGE ACQUISITION TO CONTROL ALL FUNCTIONS OF THE CAMERA AND ACQUISITION OF IMAGES. The provisions and clauses in the RFQ are those in effect through FAC 97-12. The full text of provisions and clauses may be accessed electronically at this address(es): http://www.arnet.gov/far/ http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3861 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Delivery to LaRC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A-7. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact [or bid distribution office, by the date/time specified and include, solicitation number, FOB destination to this Center, 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items to submit a quotation. The form can be found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html FAR 52.212-1 is applicable. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. Please note that payments are to be made by electronic funds transfer, accordingly, you must provide the information for electronic funds transfer. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. Refer to para.(i) of FAR 52.212-4. TheRepresentations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://aim5msfc.msfc.nasa.gov/sdgs/KFT/FT212.03G FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 1852.215-84, 52.211-17, 52.213-2, 52.219-6, 52.227-19, 1852.225-73, 1852.245-72. . YEAR 2000 COMPLIANCE (May 1998) [Applicable to IT purchase only] (a) "Year 2000 compliant," as used in this clause, means that the information technology (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based systems used in accordance with its associated documentation) accurately processes date and date-related data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology (IT), used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) Any IT provided and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of: standard product literature or test reports. (c) The Contractor warrants that any IT items or services provided under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. (d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or services whose non-compliance is discovered and made known to the Contractor in writing within 90 days after acceptance. In addition, all the other terms and limitations of the Contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37 [ADD THE FOLLOWING IF APPLICABLE: 52.225-3, 52.225-21 WITH ALT I, 52.239-1, Questions regarding this acquisition must be submitted in writing no later than [ENTER DATE]. Quotations are due by 4:00 P.M., JULY 16, 1999, to the address specified above and to the attention of the Bid Depository. FAR 52.212-2 is applicable as follows: Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by information submitted by the offeror providing a description insufficient detail to show that the product quoted meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1999) with their offer. These representations and certifications will be incorporated by reference in any resultant purchase order. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URLs: http://cbdnet.access.gpo.gov/num-note.html and http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/06/99 (D-SN350455). (0187)

Loren Data Corp. http://www.ld.com (SYN# 0248 19990708\38-0001.SOL)


38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page