Washington, DC Bids > Bid Detail

SWIR Camera

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159178835471022
Posted Date: May 11, 2023
Due Date: May 25, 2023
Solicitation No: N00173-23-RFI-TG01
Source: https://sam.gov/opp/67dcc16849...
Follow
SWIR Camera
Active
Contract Opportunity
Notice ID
N00173-23-RFI-TG01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
ONR
Sub Command
ONR NRL
Office
NAVAL RESEARCH LABORATORY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 11, 2023 02:40 pm EDT
  • Original Response Date: May 25, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6720 - CAMERAS, STILL PICTURE
  • NAICS Code:
    • 42341 - Photographic Equipment and Supplies Merchant Wholesalers
  • Place of Performance:
    Washington , DC 20375
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE (SSN)/REQUEST FOR INFORMATION (RFI) AND NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS SSN.



This SSN is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This announcement is not a formal Request for Quotes (RFQ). This SSN/RFI is for informational and planning purposes only and does not guarantee that an award will be made. Any quotes submitted in response to this SSN/RFI are not quotes on which an order will be issued. The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. However, should such a requirement materialize, no basis for claims against NRL shall arise as a result of a response to this SSN/RFI or NRL’s use of such information either as part of our evaluation process or in developing specifications or work statements for any subsequent requirement.



LOCATION: Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375



OBJECTIVE: procure one (1) short wave infrared camera to support an ONR 6.1 Program. The SWIR camera must have the following specifications:





General Requirements:



• Suitable for laboratory use



• Anti-reflection coated sensor window



• Dual light response modes: Linear and wide dynamic range for low and high light levels



• Weight: Less than 300 grams



• Size: Less than 60 x 60 x 60 mm



• TEC-cooled



• GUI software and SDK tools included





REQUIRED CONTRACTOR RESPONSE FORMAT:



Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement.



1. CONTACT INFORMATION:



a) Company Name and Address



b) Point of Contact for questions/clarification



c) Telephone Number and e-mail address



d) CAGE Code, and business size



e) NAICS and PSC Code of the proposed solution (SEE https://psctool.us)



f) Business Size Standard /Socioeconomic Categories



2. TECHNICAL INFORMATION:



a) List of capabilities/resources relevant to the attached specifications.



b) Questions for the Technical team regarding changes/suggestions to the draft Specification to add clarity. (Questions will not receive a response but will be provided to the technical team for consideration in preparing the final specification.)



3. COMMERCIALITY OF PROPOSED ITEM:



a) Whether item(s) offered/proposed is a commercial item and customarily used by the general public or nongovernment entities for the other than Government purposes.



b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.



4. PRODUCT DESCRIPTION:



a) Provide a description of how the proposed product will meet or exceed each of the specifications, as it is anticipated that ultimate evaluation will be best values and a go/no go basis.



b) Provide a product brochure and highlight the areas that meet or exceed specifications.



5. PAST PERFORMANCE:



A list of contracts or task orders that are similar to that required under the attached Specification.



6. MULTIPLE AWARD SCHEUDLE CONTRACT:



a) Indicate whether products and services are all available on a GSA contract, or similar vehicle.



b) Provide applicable GSA or other contract number.



7. ADDITIONAL REQUIREMENT DETAILS:



Responses should be no more than 5 pages.





FAR PROVISION(S):



FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997)



(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.



(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.



(c) This solicitation is issued for the purpose of: market research and procurement planning.



(End of Provision)





FAR 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999)



(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.



(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-



(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;



(2) Clearly identify the item by-



(i) Brand name, if any; and



(ii) Make or model number;



(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and



(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.



(c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.



(d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.



(End of provision)



THIS IS A SOURCES SOUGHT NOTICE (SSN)/REQUEST FOR INFORMATION (RFI) AND NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS SSN.



This SSN is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This announcement is not a formal Request for Quotes (RFQ). This SSN/RFI is for informational and planning purposes only and does not guarantee that an award will be made. Any quotes submitted in response to this SSN/RFI are not quotes on which an order will be issued. The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. However, should such a requirement materialize, no basis for claims against NRL shall arise as a result of a response to this SSN/RFI or NRL’s use of such information either as part of our evaluation process or in developing specifications or work statements for any subsequent requirement.



LOCATION: Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375



OBJECTIVE: procure one (1) short wave infrared camera to support an ONR 6.1 Program. The SWIR camera must have the following specifications:





General Requirements:



• Suitable for laboratory use



• Anti-reflection coated sensor window



• Dual light response modes: Linear and wide dynamic range for low and high light levels



• Weight: Less than 300 grams



• Size: Less than 60 x 60 x 60 mm



• TEC-cooled



• GUI software and SDK tools included





REQUIRED CONTRACTOR RESPONSE FORMAT:



Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement.



1. CONTACT INFORMATION:



a) Company Name and Address



b) Point of Contact for questions/clarification



c) Telephone Number and e-mail address



d) CAGE Code, and business size



e) NAICS and PSC Code of the proposed solution (SEE https://psctool.us)



f) Business Size Standard /Socioeconomic Categories



2. TECHNICAL INFORMATION:



a) List of capabilities/resources relevant to the attached specifications.



b) Questions for the Technical team regarding changes/suggestions to the draft Specification to add clarity. (Questions will not receive a response but will be provided to the technical team for consideration in preparing the final specification.)



3. COMMERCIALITY OF PROPOSED ITEM:



a) Whether item(s) offered/proposed is a commercial item and customarily used by the general public or nongovernment entities for the other than Government purposes.



b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.



4. PRODUCT DESCRIPTION:



a) Provide a description of how the proposed product will meet or exceed each of the specifications, as it is anticipated that ultimate evaluation will be best values and a go/no go basis.



b) Provide a product brochure and highlight the areas that meet or exceed specifications.



5. PAST PERFORMANCE:



A list of contracts or task orders that are similar to that required under the attached Specification.



6. MULTIPLE AWARD SCHEUDLE CONTRACT:



a) Indicate whether products and services are all available on a GSA contract, or similar vehicle.



b) Provide applicable GSA or other contract number.



7. ADDITIONAL REQUIREMENT DETAILS:



Responses should be no more than 5 pages.





FAR PROVISION(S):



FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997)



(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.



(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.



(c) This solicitation is issued for the purpose of: market research and procurement planning.



(End of Provision)





FAR 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999)



(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.



(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-



(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;



(2) Clearly identify the item by-



(i) Brand name, if any; and



(ii) Make or model number;



(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and



(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.



(c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.



(d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.



(End of provision)



THIS IS A SOURCES SOUGHT NOTICE (SSN)/REQUEST FOR INFORMATION (RFI) AND NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS SSN.



This SSN is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This announcement is not a formal Request for Quotes (RFQ). This SSN/RFI is for informational and planning purposes only and does not guarantee that an award will be made. Any quotes submitted in response to this SSN/RFI are not quotes on which an order will be issued. The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. However, should such a requirement materialize, no basis for claims against NRL shall arise as a result of a response to this SSN/RFI or NRL’s use of such information either as part of our evaluation process or in developing specifications or work statements for any subsequent requirement.



LOCATION: Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375



OBJECTIVE: procure one (1) short wave infrared camera to support an ONR 6.1 Program. The SWIR camera must have the following specifications:





General Requirements:



• Suitable for laboratory use



• Anti-reflection coated sensor window



• Dual light response modes: Linear and wide dynamic range for low and high light levels



• Weight: Less than 300 grams



• Size: Less than 60 x 60 x 60 mm



• TEC-cooled



• GUI software and SDK tools included





REQUIRED CONTRACTOR RESPONSE FORMAT:



Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement.



1. CONTACT INFORMATION:



a) Company Name and Address



b) Point of Contact for questions/clarification



c) Telephone Number and e-mail address



d) CAGE Code, and business size



e) NAICS and PSC Code of the proposed solution (SEE https://psctool.us)



f) Business Size Standard /Socioeconomic Categories



2. TECHNICAL INFORMATION:



a) List of capabilities/resources relevant to the attached specifications.



b) Questions for the Technical team regarding changes/suggestions to the draft Specification to add clarity. (Questions will not receive a response but will be provided to the technical team for consideration in preparing the final specification.)



3. COMMERCIALITY OF PROPOSED ITEM:



a) Whether item(s) offered/proposed is a commercial item and customarily used by the general public or nongovernment entities for the other than Government purposes.



b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.



4. PRODUCT DESCRIPTION:



a) Provide a description of how the proposed product will meet or exceed each of the specifications, as it is anticipated that ultimate evaluation will be best values and a go/no go basis.



b) Provide a product brochure and highlight the areas that meet or exceed specifications.



5. PAST PERFORMANCE:



A list of contracts or task orders that are similar to that required under the attached Specification.



6. MULTIPLE AWARD SCHEUDLE CONTRACT:



a) Indicate whether products and services are all available on a GSA contract, or similar vehicle.



b) Provide applicable GSA or other contract number.



7. ADDITIONAL REQUIREMENT DETAILS:



Responses should be no more than 5 pages.





FAR PROVISION(S):



FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997)



(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.



(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.



(c) This solicitation is issued for the purpose of: market research and procurement planning.



(End of Provision)





FAR 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999)



(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.



(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-



(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;



(2) Clearly identify the item by-



(i) Brand name, if any; and



(ii) Make or model number;



(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and



(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.



(c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.



(d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.



(End of provision)




Attachments/Links
Contact Information
Contracting Office Address
  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 11, 2023 02:40 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >