United States - Multi-spectral Imaging Sensor

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
19 September 2019
Opportunity publication date
06 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 05, 2019 2:58 pm

The Department of Commerce/National Oceanic and Atmospheric Administration/NOAA Center for Weather and Climate Prediction/National Environmental Satellite Data and Information Service/Satellite Applications and Research (DOC/NOAA/NCWCP/NESDIS/STAR), intends to award a Purchase Order pursuant to Simplified Acquisition Procedures under the authority of FAR Part 13. The requirement is for procurement of multi-spectral imaging sensor for system for Water Surface Roughness/SAR Group in STAR for the Cal/Val of Ocean and Ice products and the instrument name is Multi-camera Array for Ocean and Ice Validation Sensor (McAOIVS) located in College Park, Maryland.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to Acquisition Circular 2005-99 effective June 15, 2018 Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is 1333MD19QNEED0060.
The acquisition is being sought as a small business set aside for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334513 - Size Standard 750.
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
Introduction/Background:
This requisition is for a multi-spectral unmanned aerial vehicle (UAV) deployable sensor with 6 channels and an IR sensor. The sensor needs to be able to observe with a center wavelengths near .45, .55, .65, .75, .86, 1.0, and 10.7 Microns. These channels are needed for ice and ocean measurements to generate calibration and validation measurements for comparison to VIIRS L2 product estimates. VIIRS Level 2 products include ice concentrations, ice thickness, ice surface temperature, sea surface temperatures, and ocean color. The Statement of Work and UAS proposal included with this request provides a detailed background, set of objectives, and the linkages of this hardware to other NOAA UAS funded projects. The multispectral sensor will be integrated, tested, and deployed under a separate NOAA UAS funded activity with L3 Tech (Harris).
This enhancement will improve STAR's capability to validate VIIRS algorithms, particularly in remote locations, such as the Arctic, and with spatial coverage that allows for board spatial coverage compared to other in-situ measurements. All Joint Polar Satellite System (JPSS) Enterprise Data Product have accuracy and precision requirements provided in JPSS-REQ-1001 and JPSS-REQ-L1RD Supplement documents. While JPSS ice concentrations, ice surface temperature (IST), ice thickness, and ocean color products passed the overall requirement threshold, but may have large local errors since validation was not conducted in across a wide variety of environments. The JPSS ice products maturity status reports from 2013 noted that ice concentration was minimally validated and may contain significant errors. These would likely be in the marginal ice zone where ships are most likely to operate and in the greatest area of biological activity. VIIRS OC maturity reports demonstrated validation and calibration over a wide range of representative conditions, but used only surface data from lower latitudes from AERONET-OC, MOBY, and the NOAA Ship Nancy Foster. The representativeness of VIIRS OC over polar waters has not been established and needs more examination. The limited amount of Cal/Val for ice and polar OC (particularly near the marginal ice zone) suggests that more research is strongly needed in this area. This is particularly true since these products are currently supporting NOAA's operations and forecasts. The deployment of this multispectral sensor package will greatly enhance NOAA's ability to provide operational quality satellite observations over oceans. Impacts from Project AUK-SOAR should be able to provide a pathfinder towards future UAS Arctic missions, demonstrate a new multispectral capacity for calibration, provide data needed to understand and adjust performance of NOAA satellite estimates, improve NESDIS support to other line offices operating or forecasting in the Arctic, and to advance understanding of Earth system processes between ice and marine ecosystems.
Scope of Work:
To purchase a One (1) multi-spectral imaging sensor with detection capacities ranging from 450 nm to 13000 nm that provide calibration/validation of ice and oceanography measurements from Visible Infrared Imaging Radiometer Suite (VIIRS) and other L2 NOAA products that can be deployed on UAV. This payload, rhe Multi-camera Array for Ocean and Ice Validation Sensor (McAOIVS) is expected to be deployed on an L3 Technologies (Harris) FVR-55 UAS. Operation of the L3 FVR-55 support is being provided under another NOAA UAS funded acquisition by NOAA OMAO.
STAR scientists lead efforts to develop, test, validate, and refine the science algorithms needed to drive user-defined products. STAR also investigates both enhanced and new sensor technology for future NOAA satellite missions. STAR research examines which products users will need (including ocean, ecosystem, climate, and weather products) to carry out NOAA's mission goals. STAR supports the calibration and validation of all data in NOAA's satellite operations. In addition to maintaining existing calibration sites, STAR develops new methods for inter-calibrating data from NOAA polar and geostationary satellites with other satellites in the evolving international system. In addition, STAR collaboratively develops efficient methods and technology to transfer new products from research to operations.
Technical Specifications:
The NESDIS Center for Satellite Applications and Research (STAR) requires the purchase of a multi-camera array sensor that can integrate with the L3 Tech FVR-55 System. The camera must be have integrated 6 camera with global shutter with u-ILS with center spectrum of .45, .55. .65, .75. 86, and 1.0 microns and a fully integrated Tau 2 - 640X512 Thermal Camera, 7.5-13.5 um spectrum, with 13mm Tau2 Lens, 30 Hz NTSC, 25 Hz PAL. System must include:

6 channel camera
6 channel u-ILS with matching filters
512 GB SSD
6 ea. 9.6 mm lenses
6 ea. Standard Bandpass Filter set
12 VDC external power supply
- 450FS10-25 Filter
- 550FS10-25 Filter
- 650FS10-25 Filter
- 750FS10-25 Filter
- 860FS10-25 Filter
- 1000FS20-25 Filter
Software for integration
USB3 Cable
Console interconnect adapter, HDMI type plug
Power Cable, 6', locking connector to unterminated wires
Android tablet with app and camera software
USB cable and power adapter for tablet computer
Calibration tag
1 meter length cable for u-ILS
Or with components that match specifications.
CLIN SCHEDULE

ITEM 0001_____MODEL/SERIAL/DESCRIPTION__ QTY._ UNIT___UNIT PRICE___

_0001___________TBD______________________1_____EA__________________

Model and Serial Number required in the offer.

Offerors DUNS: ___________

    
4- Delivery
This acquisition shall be delivered in 45 days of date of award.
5- Security Requirements
No contractor access to facilities or equipment is required under this requirement. Equipment will be delivered only. Authorized in-house personnel will install and configure the equipment in accordance with the FISMA system's configuration management procedures.
6- Best Value Evaluation Criteria
Non-Price Evaluation Factors:
Award will be made to the responsible Contractor that offers the best value to the Government.
Each quote shall be evaluated on an individual basis in accordance with the evaluation factors set-forth below.
The factors are listed in order of importance:
1- Technical Specifications- Offeror must demonstrate the sensor meets the ability to operate as payload on the L3 Tech FVR-55 UAV platform or a comparable UAV system, and the ability to link with Instrument Landing System (ILS) and meet all specifications as listed above.  Offeror must provide supporting documentation/Compliance/OEM drawings/past performance for evaluation.  
2- Delivery- The offer shall provide the delivery schedule to meet the Government's need.
3- Price- The offeror's Fixed Price CLINs shall be evaluated by the total Firm Fixed Price for this proposal. Fixed price proposals will be reviewed for reasonableness, affordability, and realism to determine whether they reflect an understanding of the requirement or any significant unbalanced pricing. Cost may play an additional role since considerations of cost in terms of best value and affordability may be controlling in circumstances where two or more proposals are otherwise adjudged equal or when a technically superior proposal is at a cost that the Government cannot afford.

The following adjectival rating tables shall be used to rate the offers.

Table 1 will be used to assign a rating to Factor 1. Table 2 will be used to assign a rating to Factor 2. The evaluator will use the appropriate table and select one of the adjectival ratings that most clearly reflect the assessment of the offer based on the established evaluation criteria. Price offers will not receive an adjectival rating but are considered.
Table 1 - Factor 1 - Technical Specifications
ACCEPTABLE (A) - The offer meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success to meet the quantity and quality requirements and little risk that this Offeror would fail.
UNACCEPTABLE (U) - The proposal fails to meet the stated requirements. The response is considered deficient in terms of basic content and support the Government seeks for
evaluation. The degree of risk is so high that there is little or no likelihood of success.
Table 2 -- Factor 2 -- Delivery
ACCEPTABLE (A) - The offer meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success and did improve the Government's expedited need of requirement for evaluation.
MARGINAL (M) - The offer meets the stated requirement. The response is considered
minimal in terms of the basic content and did not improve the Government's expedited need of requirement for evaluation.

TECHNICAL POINT OF CONTACT:
The Technical point of contact for any questions, or issues that may arise during the performance of this contract is:
Name: Sean Helfrich
Address: NOAA/NESDIS/Center of Satellite Applications and Research (STAR)
5830 University Research Ct., Suite 3233
College Park, MD 20740
Email: sean.helfrich@noaa.gov
Phone: 301-683-3328

Clauses and Provisions Applicable to this Solicitation and Award:
AA16-05 NOAA Acquisition and Grants Office OMBUDSMAN (BR)
AA18-02NOAA Requests For Equitable Adjustment Language (BR)
1330-52.222-70 NOAA Sexual Assault and Sexual Harassment Protection and Response Policy (May 2018) (BR)
Commerce Acquisition Regulation (CAR) clauses:
CAR 1352.201-70 Contracting Officer's Authority (APR 2010)
CAR 1352.209-73 Compliance with the Laws (APR 2010)
CAR 1352.209-74 Organizational Conflict of Interest (APR 2010)
Commerce Acquisition Regulation (CAR) provisions:
CAR 1352.233-70 Agency Protests (APR 2010) {Fill-In paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 35663 Chincoteague Road, Wallops Island, VA 23337; fill-in paragraph "c": U.S. Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230}
CAR 1352.233-71 GAO and Court of Federal Claims Protest
The following FAR Provisions and Clauses are incorporated by reference:
52.232-40, Providing Accelerated Payments to Small Business Contractors.
 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
52.212-1, Instructions to Offerors (OCT 2015)
52.212-3, Offeror Representations and Certifications- Commercial Items (APR 2016)
52.212-4, Contract Terms and Conditions- Commercial Items (MAY 2015)
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items (MAR 2018) applies to this
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)(31 U.S.C. 3332).
The following Far clauses are provided in full text:
52.252-2, Clauses Incorporated By Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/?q=browsefar
52.252-6, Authorized Deviations in Clauses (Apr 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Commerce Acquisition Regulation (48 CFR Chapter 1352) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by references, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provision may include blocks that must be completed by the offeror and submitted with its quotation and offeror. In lieu of submitting text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/?q=browsefar
52.252-5, Authorized Deviations in Provisions (Apr 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation or contract of any Commerce Acquisition Regulation (48 CFR Chapter 1352) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
52.212-2, Evaluation-Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(1) Technical Specifications - The offerors capability to successfully perform the contract.
(2) Delivery
(3) Price.
(b) "Options" The Government will evaluate offers for award purposes by adding the total price for all options to the unacceptable if the option prices are significantly unbalanced.. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept and offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdraw is received before award.
(End of Provision)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. (AUG 2019)
(a) Definitions. As used in this provision--
Covered telecommunications equipment or services, Critical technology, and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing--
(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Representation. The Offeror represents that--
It [ ] will, [ ] will not provide covered telecommunications equipment or services to the
Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.
(d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer--
(1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);
(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph
(b) of this provision;
(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and
(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).
(End of provision)
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. (AUG 2019)
(a) Definitions. As used in this clause--
Covered foreign country means The People's Republic of China.
Covered telecommunications equipment or services means-
(1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);
(2) For the purpose of public safety, security of Government facilities, physical security
surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities);
(3) Telecommunications or video surveillance services provided by such entities or using such equipment; or
(4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.
Critical technology means--
(1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations;
 (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled--
(i) Pursuant to multilateral regimes, including for reasons relating to national security,
chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or
(ii) For reasons relating to regional stability or surreptitious listening;
(3) Specially designed and prepared nuclear equipment, parts and components, materials,
software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);
(4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material);
(5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or
(6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817).
Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.
(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any system.  The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of
this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104.
(c) Exceptions. This clause does not prohibit contractors from providing--
(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(d) Reporting requirement.
(1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report
to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.
(2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause:
(i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.
(ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this
clause: Any further available information about mitigation actions undertaken or recommended.
In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this
paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the
acquisition of commercial items.
(End of clause)
In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered and Active in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov . Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number.
All questions pertaining to this RFQ must be submitted in writing to donna.l.cohee@noaa.gov (e-mail only) by 5:00PM EST on September 13, 2019. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00PM EST on September 19, 2019; any award resulting from this RFQ will be made based on technical qualifications, delivery and price. Quotes must be submitted electronically via e-mail to donna.l.cohee@noaa.gov .  The anticipated award date is on or about September 19, 2019. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquires pertaining to the solicitation in writing to donna.l.cohee@noaa.gov . Telephonic requests will not be honored.

Opportunity closing date
19 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Commerce National Environmental Satellite, Data, and Information Service United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?