Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

67 -- video monitoring system

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
DAAE30-03-Q-0236
 
Archive Date
5/25/2003
 
Point of Contact
E.S. Czekaj, Contract Specialist, (973) 724-7362
 
E-Mail Address
Email your questions to Edward S. Czekaj
(eczekaj@pica.army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. The NAICS is 334516. The US ARMY ARDEC, Picatinny Arsenal, NJ has a requirement need for a high-tech camera system capable of locating markers in a given field and relaying its exact location and storing the data into a format that can be retrieved for analysis. This system will be outfitting the new Target Behavioral Response Laboratory building for the purpose of recording data from experiments.This video monitoring system is capable of tracking movements of subjects with markers in specified area to generate 3-dimensional positioning data that can be recorded and saved for simulation, testing and evaluating purposes. It uses 1.3 millions pixel cameras with a frame rate capability of 1000 frames per second (capture rate) to send out strobes of either visible or infra-red light which are refracted from markers and sent back to the cameras. The system uses all the data to calculate a very accurate position location of each marker (up to millimeter accuracy). The lack of ambient light will not affect the data retrieval process at all. A great application for this system is tracking various subjects during an experiment to record and observe their movement and behaviors. The total purchase will include 24 cameras with data stations, a software package, software and hardware support, on-site installation and optimization, on-site training, as well as supporting equipment such as superclamps, wall brackets, and heavy-duty tripods. Camera system must include 20mm lenses; data station with 24 active video channels in shock mounted flight case; 100Mbit Ethernet connection; serial external event ports; remote trigger port; Break Out Boxes (BOB) including data station to BOB cables; integrated kinematic software package with data capture; automatic linearization, reconstruction, and labeling; pipeline and batch processing; Pop-Up graphing; sample-skip capability; GSI/2 Photogrammetry; plug in API; Synchronized integrated movie capture; software controlled video switch; allows for batch post-processing of heavily-occluded data; fully automated data editing; graphical template construction module; multimedia report authoring; and integrated and hyperlinked report authoring. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. A single award will be made to the responsible offeror whose offer is determined to be the best value to the Government based on Technical, Past Performance and Price. To be determined to be technically acceptable the offeror must furnish detailed product literature that clearly shows the product offered meets all requirements stated in the specifications. The offer will be determined to be technically acceptable based on in house technical evaluation. For Past Performance, Offerors shall furnish three references of sales made for same or technically comparable systems which are currently in the warranty periods (i.e., within the past year) and three references of prior sales for same or technically-comparable systems currently beyond the warranty periods (i.e., over a year ago). FAR provision 52.212-1, Instructions to Offerors - Commercial Items applies with addendum to Para (b)(5): Offers shall provide a warranty which at a minimum shall be for five (5) years covering parts and labor from the date of installation of the complete system. Acceptance of equipment will be made at destination. Delivery of the system shall be within 56 days after contract award. Provisions/Clauses: Offerors are required to complete and include a copy of the following FAR provisions with their proposals: 52.212-3, Offeror Representation and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment By Electronic Funds Transfer Central Contractor Registration. Additionally, DFARS provisions 252.212-7000, Offer Representations and Certifications Commercial Items; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and 252.247-7022, Representation of Extent of Transportation By Sea; apply. DFARS clauses 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating FAR clause 52.203-3, Gratuities; apply. Full text versions of FAR and DFARS provisions and clauses can be found at http://procnet.pica.army.mil. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Offers shall be submitted on official company letterhead and include a CAGE code and DUNS number. Offers shall be received at the contracting office no later than 4 PM EST 25 April 2003. Offers should be submitted via E-mail to, eczekaj@pica.army.mil (or rmcminn@pica.army.mil ) Via fax (973-724-6542), or mail. The contracting office is not responsible for incomplete, late, lost, misdirected or postage-due mail or for any technical malfunction, lost/delayed data transmission, omission, interruption, deletion, defect, or line failure in connection with any telephone network, computer equipment, software or any combination thereof. Award shall be made to the offerer whose proposal represents the best value to the Government. Technical, Price Risk and Past Performance shall be subjectively compared to determine the combination that is most advantageous to the Government and an award shall be made on that basis. The Government reserves the right to make award to other than the lowest priced offer or to other than the offer with the lowest Proposal Risk rating if the PCO determines that to do so would result in the best value to the Government.
 
Web Link
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/RFP/03Q0236/03Q0236.htm)
 
Record
SN00297483-W 20030409/030407213610 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.