New Jersey Bids > Bid Detail

Lens Imaging System

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159333711335520
Posted Date: Dec 15, 2023
Due Date: Dec 20, 2023
Source: https://sam.gov/opp/2da920c038...
Lens Imaging System
Active
Contract Opportunity
Notice ID
N6833524RFI0062
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 15, 2023 01:48 pm EST
  • Original Response Date: Dec 20, 2023 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Lakehurst , NJ
    USA
Description

Package Name: Lens Imaging System





This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). -The Naval Air Warfare Center Aircraft Division (NAWCAD) Division has a requirement to procure a Lens Imaging System.





This RFI is issued as part of a procurement strategy for the Lens Imaging System. The total buy is summarized below:





Lens Focusing Table:



This purchase is to replace our existing system, which includes the following items: A DOS based computer with EZ-EROS Software, an eight-inch EROS collimator beam fold source mirror, EROS visible object generator, EROS image analyzer with motion stages, EROS beam steering mirror and test lens holder, and the EROS control rack.



The system must provide accurate and repeatable measurements for lenses and optical systems. The system should include a collimating mirror, an object image projector, a linear and rotary stage, and a system to interpret the resultant light object. Optical image to electronic image and additional software should be included to allow for data acquisition and analysis. A Windows 11 computer to run appropriate software should be included in the package. This system should allow for back focal length and flange measurements. The lab is involved with using the infinite conjugate testing to produce a best focus of a complex lens system. For the aforementioned testing, a high resolution and image quality is paramount.



This system needs to be capable of handling lenses as large as six inches in diameter and 10+kg. Since the lenses we work with are abnormally large, we need a large dynamic stage that can transport the lens at least three feet along the beam path. The system should also have a linear encoder, which enables long flange and back focal length measurements. The reflective parabolic collimator must be included with a clear aperture size of at least 230mm. The object generator should allow for customization of the image and image color. The image analyzer should include a manual viewing channel as well as a video image analyzer. The imaging stage should have a travel of at least 50mm in all directions.











More specifications are tabulated in the following:



MTF (Modular transfer function) Accuracy: ± 0.02



MTF Repeatability: ± 0.01



Angular FOV in Object Space: ± 150° full field



Spectral Ranges: Visible (0.4 – 0.7μm)



Image Space Resolution: 0 – 500lp/mm



EFL (Effective focal Length) Accuracy: ≤ 0.2%



EFL (Effective focal Length) Repeatability: ≤ 0.1%



Lens Under Test Weight Capability: 10+ kg



Lens Under Test Diameter Accommodations: 6 inches



Parabolic Collimator: 230mm Diameter



Automated Positioning



Accuracy: 1μm (0-100mm travel) 7.2 secs of arc (360° rotation)



Resolution: 0.1μm (0-100mm travel) 0.4secs of arc (360° rotation)



Speed Range: 0.1μm/s to 100mm/s



Maximum Travel: 1000mm





RESPONSES





Requested Information





Section 1 of the response shall provide administrative information and shall include the following as a minimum.




  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.

  • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).



Section 2 of the response shall provide technical information, and shall include the following as a minimum.




  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.

  • Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.

  • If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.

  • The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.

  • Respondents should include a list of authorized distributors.



ADDITIONAL INFORMATION





The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.





In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.





The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI may not be returned. Respondents may not be notified of the result of the review.





Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Systems for Award Management (SAM) website: https://sam.gov It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.





HOW TO RESPOND





Interested parties shall respond within five days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten pages) via e-mail no later than 20 December 2023 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History

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 >