Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2002 FBO #0185
SOLICITATION NOTICE

67 -- COMBINED SYNOPSIS/SOLICITATION FOR HIGH SPEED DIGITAL FRAMING

Notice Date
6/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 NAVSURFWARCEN Dahlgren Division 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017802Q1028
 
Response Due
6/17/2002
 
Archive Date
7/17/2002
 
Point of Contact
XDS11 Branch (540)653-7478 ATTN XDS113 FAX (540)653-7088
 
E-Mail Address
Email your questions to XDS11 is POC for N00178-02-Q-1028
(xds11@nswc.navy.mil)
 
Description
The following is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures, and supplemental information included in this notice. This announcement constitutes the only quotation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N00178-02-Q-1028 and is a Request for Quotation. All interested parties shall indicate their interest and capability with their fax quote at (540) 653-7088 which shall be considered by Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. Interested parties must identify their capability to provide the specific make and model identified herein or an equal. Award of this order shall be made to the contractor whose quotation offers the best value to the Government, considering compliance to the specif ications, price, delivery, warranty terms and conditions, and overall past performance. All offerors must be advised that they must be active in the Central Contractor Registration database at http://www.ccr2000.com. The Government intends to purchase the following items: A. Model Ultra 68 High Speed Digital Framing Camera (Sensicam) as manufactured by DRS Hadland Ltd, Brand name or Equal; B. Heavy duty camera tripod with pan and tilt control; C. Fiber optic camera control option for remote control of the camera consisting of interface cards for the camera and control computer including 100 meter long fiber optic cable; D. One year standard commercial warranty; E. Two-day installation and on-site training, 1 Lot. The desired quantities are a minimum of 3 each and a maximum of 6 each for Items A through D. Contractors are encouraged to provide quotations based upon these qu antities with any quantity discounts indicated. Actual quantities shall be determined at award. The following salient characteristics apply: (1) Color CCD with minimum 1280(H) x 1024(V) pixels; (2) Pixel size of 7 microns or smaller; (3) Variable exposure and delay times from 100 nanosecond to 1 millisecond or better; (4) Multiple exposure imaging mode capability from 1 to 10 images per frame; (5) Dynamic range of 12 bits minimum; (6) Spectral Response from 280 to 1000nm or better; (7) Two stage Peltier cooling; (8) Ability to perform variable binning from 1x1 to 8x8 and up to 32 vertically and define a region of interest on chip; (9) National Instruments LabVIEW compatible drivers for integration with other devices; (10) Camera shall accept C-Mount lens and include an adjustable back focus; (11) Cable length between camera and control card of 10 meters minimum with fiber optic preferred; (12) Camera operating software running under Windows 95/98/2000/NT; (13) PCI local bus compatible camera interface card; (14) Camera trigger input TTL level, rising or falling edge. Asynchronous triggering possible with TTL input on PCI board; (15) Operating Humidity range of 10 to 90 percent non-condensing or better; (16) Operating temperature range of 0 to 40 deg C or better; (17) Camera dimensions of 5 in x 5 in x 10 in maximum; (18) Camera weight of 5 lb maximum. Any contractor submitting a quotation for an equal to the brand name identified above, must provide clear and convincing information, including product literature, that the proposed product is an equal. The North American Industry Classification System (NAICS) code is 333315 with a size standard of 500 employees. The contract shall be a firm fixed priced contract. Delivery shall be made within four months of contract award to Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia. FOB Destination shall apply. Offer is due 17 June 2002 no later than 2:00 p.m. (Eastern Standard Time) to: Naval Surface Warfare Center, Dahlgren Division, Attn: XDS113/Bldg 183/Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, with faxed copies acceptable. Anticipated award by 28 June 2002.
 
Web Link
NSWCDD Dahlgren Laboratory Procurement Division Web Site
(http://www.nswc.navy.mil/supply)
 
Record
SN00087115-W 20020605/020603213228 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.