COMMERCE BUSINESS DAILY ISSUE OF MARCH 14, 2001 PSA #2807
SOLICITATIONS
66 -- STREAK CAMERA IMAGING SYSTEM
- Notice Date
- March 12, 2001
- Contracting Office
- Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326
- ZIP Code
- 20375-5326
- Solicitation Number
- N00173-01-R-KK03
- Point of Contact
- Kevin M. King, Contract Specialist, Code 3220.KK, (202) 767-1495, Wayne Carrington, Contract Officer
- E-Mail Address
- click here (KING@CONTRACTS.NRL.NAVY.MIL)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. This solicitation, N00173-01-R-KK03, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-23 and for Defense Federal Acquisition Regulation Supplement (DFARS) and the Naval Acquisition Procedures Supplement (NAPS) effective through 20 FEB 01. The small business size standard for this acquisition is 500 employees and the NAICS code is 333315. This acquisition is unrestricted. 66. -. STREAK CAMERA IMAGING SYSTEM The Naval Research Laboratory, (NRL) has a requirement for CLIN 0001, Streak Camera Imaging System. This streak camera imaging system will be used in time-resolved optical diagnostic studies of flame inhibition and extinction as part of NRL's research effort on halon alternatives. The contractor shall install, test, and demonstrate a streak camera system at NRL. The system shall consist of streak tube, detector, and data acquisition and analysis software. The system must meet or exceed the following minimum specifications: 1.1. General 1.1.1 The streak camera must be able to record single shot events, as well as to average multiple events in succession which occur at a nominal rate of 10 Hz. 1.1.2 The system must be able to operate in both analog and "photon counting" modes. 1.2 Gain and spectral response 1.2.1 The photocathode used to detect incident light must have sensitivity from 250 nanometers-850 nanometers (S-20 cathode or equivalent). Any input optics required for the streak camera must transmit > 50 % of the incident light throughout this wavelength range. The quantum efficiency of the photocathode must be at least 1% over the wavelength range from 250 nanometers to 800 nanometers. 1.2.2 The signal amplification of the streak camera (using a microchannel plate or equivalent) must be adjustable up to at least a factor of 1000:1 1.3 Sweep unit 1.3.1 The time resolution at the fastest sweep speed must be 10 picoseconds or better. 1.3.2 The trigger jitter (event-to-event timing uncertainty between an external TTL trigger pulse and the beginning of the streak camera sweep) must be <20 picoseconds. 13.3 The longest sweep duration obtainable must be 10 nanoseconds/sweep or longer. 1.3.4 Trigger delay (time lag between trigger pulse and beginning of sweep must be < 30 nanoseconds for a sweep duration of 1 nanosecond or less. 1.3.5 If a specialized trigger generator (e.g, a high speed photodiode or equivalent) is required to meet the specifications for jitter and delay, this item must be included in the system price. 1.4 Digital Readout camera. The camera must have at least 10 bits digital resolution per pixel above the noise floor, at least a 500 x 450 pixel array, and a framing rate of 10 Hz or greater. The camera must be either air cooled or closed loop cooled (e.g., Peltier cooling). 1.5 Data acquisition and analysis 1.5.1 System must include Windows based image acquisition and analysis software. 1.5.2 The data acquisition system and camera in combination must be capable of single image capture and analog integration at 10 Hz using an external trigger. 1.5.3 Any nonlinearity in position vs. time in the sweep (which would cause an error of > 10 ps in the time determination) must be calibrated and corrected for by the image acquisition software. 1.6 Installation and testing 1.6.1 The price of the system must include installation at NRL by the contractor. The contractor shall demonstrate that the system is in compliance with any of the specifications above, as deemed appropriate by the COR. 1.6.2 Installation must be performed within 30 days of receipt of the equipment at NRL. 1.7 Training: The contractor must provide instruction to two individuals designated by the COR in the operation, alignment, maintenance, and troubleshooting of the streak camera system. The instruction shall take place within 30 days of the receipt of the equipment at NRL. The instruction can, but need not necessarily, be performed in conjunction with the system installation and testing described in part 2.6. The duration of the training shall be for two days. 1.8 Warranty 1.8.1 The contractor shall offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. These warranty terms must be included in the system price. 1.9 Documentation: The contractor shall provide at least two (2) copies of all written documentation customarily provided to the public with a commercial item. This shall include users manual(s) or equivalent as well as copies of data sheets of system tests performed during manufacture describing and giving instructions on the setup, operation, alignment, maintenance, and troubleshooting of the streak camera and any software included with the system, if customarily provided. One copy of the documentation must be received at NRL with the system hardware, unless other arrangements are agreed to by the COR. Delivery and acceptance is at the Naval Research Laboratory, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, FOB Destination, no later than 120 days from date of award. The FAR and DFAR provisions and clause cited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the Supplies or Services that has been determined to comply with the requirements of the solicitation. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, (Web site http://heron.nrl.navy.mil/contracts/reps&certs.pdf) and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. In re. FAR 52.212-3(i)(1), the following end products being acquired under the solicitation are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor: None. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.219-4, FAR 52.219-8, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33 and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited applicable to this acquisition are: DFARS 252.225-7001, DFARS 252.225-7012, DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.242-247-7023 DFARS 252.204-7004, Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offeror's proposal must be delivered to Contracting Officer, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220:KK 4555 Overlook Ave. S.W. Washington, DC 20375-5326, and received no later than 4:00 p.m. E.S.T. on 16 APR 2001. The package should be marked RFP N00173-01-R-KK03 Closing Date: 16 APR 2001. For more information regarding this solicitation contact Kevin M. King, Contract Specialist at (202) 767-1495. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number KK03. EMAILADD:king@contracts.nrl.navy.mil EMAILDESC: <A HREF="mailto:EMAILDESC: Click here">Click here</A> to forward a request via e-mail Cite: (W-259 SN122785)
- Record
- Loren Data Corp. 20010314/66SOL011.HTM (W-071 SN50F9Q3)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on March 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|