Federal Bid

Last Updated on 31 Aug 2019 at 8 AM
Sources Sought
Ames Iowa

Particle Image Velocimetry Equipment

Solicitation ID 80ARC019Q0013
Posted Date 01 Aug 2019 at 7 PM
Archive Date 31 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Procurement
Agency National Aeronautics And Space Administration
Location Ames Iowa United states
National Aeronautics Space Administration (NASA) Ames Research Center (ARC) is hereby soliciting information under this Request for Information (RFI) to determine whether or not there are interested and available vendor sources capable of meeting the identified requirements. This document is for information and planning purposes only to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition.
The U.S. Army Aeroflightdynamics directorate located at NASA Ames Research Center is using the Particle Image Velocimetry (PIV) technique to provide instantaneous snapshots of the velocity field within a three-dimensional volume in space. PIV system, in general, is made of four components:
1) Laser that illuminates the area/volume of interest
2) Cameras tuned for maximum efficiency to acquire light from particle wavelength
3) Synchronizing hardware/software that connects cameras, last and smoke generator
4) Smoke generator for producing tracers
PIV can be conducted at several levels in terms of capability. Number of cameras and the type of laser used in the test usually defines the capability of the system. In terms of laser, there are two kinds: (1) low frequency, high energy laser or (2) high frequency low energy laser. In terms of cameras, a 2-D PIV uses one camera and is considered the lowest level that is followed by stereo-PIV that uses two cameras. The highest level is the 3-D volumetric PIV that uses 3-4 cameras. The cameras and lasers must be operated synchronously (with precision in the order of nanoseconds). It is also essential that the same software controls both the cameras and the laser.
Currently, the following list of relevant equipment are held in the Army inventory and equipment to be procured must be compatible with the following:
• Two (2) 4 Mega Pixel (MP) high speed cameras (model: VR640L).
• A low speed, high energy laser
• A Synchronizer that is capable of controlling the low speed laser
• Smoke generator that can produce tracer particles of size less than 1 microns
Following is the list of items and technical specifications to be procured:
• One (1) - Software Upgrade - enhanced, fast processing 4D PTV algorithm for time resolved 3D volumetric flow field calculation at high seeding diversity, including Iterative Particle Reconstruction (IPR) and Optical Transfer Function (OTF)
• Two 2 - high speed cameras - 2560 x 1600 pixels, 10 - 1400 Hz frame rate range at full pixel resolution, 8- or 12-bit digital output, 36 GB RAM memory (up to 72 GB available upon request), Gigabit Ethernet interface

• Two (2) - 10 GB Ethernet for VEO-L Cameras

• One (1) - 10 GB Network Interface Card - Quad port.

• One (1) - Dual Cavity Diode Pumped Solid State, High Repetition Rate Laser - Dual Head, 2 X 100 mJ/pulse (@527nm) at 1kHz repetition rate, up to 10 kHz repetition rate from each head, includes beam combination optics, laser head, power supply and chiller. Laser Class 4, EN60825-10:2001-11

The desired delivery after the item after contract award is No Later Than (NLT) 8 weeks.
The Government intends to acquire a commercial item using procedures identified in FAR Part 12.
NASA is seeking capabilities from large and all categories of small businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI). Interested organizations having the necessary capabilities to meet the identified requirements may submit their capabilities and qualifications in writing to the identified point of contact not later than the stated time. Submissions shall be made the Federal Business Opportunities (FBO) website (www.fbo.gov). Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
Responses to this RFI should address the following:
(1) Organization/Company Info:
a. Name and address of firm,
b. Cage Code and DUNS Number (if available),
c. Points of contact name(s) with phone number(s) and email address(es),
d. Website (if applicable), and name of parent organization (if applicable),
e. Business size (Based on NAICS code) and/or Socioeconomic designation (i.e., large, small, SDB, WOSB, VOSB, SDVOSB, HUBZone),
f. Whether the firm is under a GSA Schedule Contract for this product (based on the above and below technical specifications identified in this announcement). Please provide contract number if applicable.
(2) Technical:
a. Organizations having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, descriptive literature, brochures, and references necessary to demonstrate the required technical capability.
b. Responses shall include information on the standard delivery time, set-up, training, technical/maintenance support.
Submissions shall be compatible with and accessible using Microsoft Office or Adobe Acrobat software applications. When responding, reference RFQ 80ARC019Q0013.
Documents and attachments should be in Microsoft WORD, POWERPOINT, or PDF format. Submissions should not be greater than 10 pages (no less than 10 point font except in figure captions). All information received in response to this RFI that is marked "Proprietary" will be handled and protected accordingly. As applicable, NASA may provide proprietary information to its support service contractors who are under an obligation to keep third-party proprietary information in confidence. By submitting a response to this RFI, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors.
This RFI is subject to review or cancellation at any time and is not to be construed as a commitment by the Government to enter into a contract. The Government will not pay for the information submitted in response to this request and respondents will not be notified of the results.
This announcement does not constitute a Request for Proposal. Please do not request for a copy of the solicitation, as no solicitation exists at this time. If a firm requirement is developed and a competitive solicitation is issued, the solicitation will be made available on the Federal Business Opportunities (FBO) website (www.fbo.gov). It is the responsibility of offeror's and interested parties to monitor the Internet site for the release of the solicitation and amendments, if any and will be responsible for downloading their own copy of the documents. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
Information about major upcoming ARC procurement actions is available at https://www.hq.nasa.gov/office/procurement/forecast/.

Bid Protests Not Available

Similar Past Bids

Central Arizona 18 Aug 2010 at 9 PM
Hampton Virginia 12 Sep 2017 at 3 PM
Ridgecrest California 31 Mar 2010 at 1 PM
Location Unknown 19 Nov 2015 at 10 PM
Location Unknown 14 Jul 2021 at 4 AM

Similar Opportunities

Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)
Location Unknown 22 Jul 2025 at 2 PM