Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOLICITATION NOTICE

58 -- Embedded Video Auto Tracker

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DABK41-0127
 
Response Due
8/11/2003
 
Archive Date
10/10/2003
 
Point of Contact
Pamela E. Nevels, 928-328-6154
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(pamela.nevels@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Embedded Video Auto Tracker Synopsis/Solicitation. 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 announcemen t constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-14 (23 June 03) and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 edition, and current to DCN 20030722. The preferred method of payment is by Government Visa Credit Card. This acquisition is issued on an unrestricted basis. The North American Industry Classification Systems (NAICS) is 334220 with a size standard of 750 employees. This requirement is for an Embedded Video Auto Tracker (VAT) for the Kinetic Tracking Mounts (KTM) with the following specifications: SCOPE: The Kinetic Tracking Mou nts (KTM) tracks munitions in flight. CONFIGURATION: The Embedded Video Auto Tracker (Embedded VAT) will be in a standard PCI format taking no more than two slot widths. It shall not exceed the standard (full length). It shall be suitable for use in a s tandard X86 PC host. CAPABILITY: The tracker shall be a complete tracking system requiring no host CPU cycles to track objects. The tracker shall take configuration and control commands via the PCI bus. The system should be complete including specialty cables, manuals, and software. Nothing in the system shall preclude the operation of multiple VATs in the same PC host. SPECIFICATIONS: Software: Device Driver: The vendor shall provide a Kernel mode Windows 2000 / Windows XP compliant device driver. Driver shall fully support interrupt sharing. The driver shall support multiple/concurrent VATs in the same host. Software Development Kit (SDK): The vendor shall provide a documented SDK, (Windows???? 2000/XP) sample code, and tools necessary and suffic ient for a skilled software engineer to program all the VAT modes and parameters. There shall be no run time fee. The SDK driver shall support multiple/concurrent VATs in the same host. Callbacks and Interrupts: Each VAT shall assert an interrupt once per frame at a time when tracking will have lost, maintained, or gained lock. The SDK library shall forward these interrupts as callbacks. The call back mechanism shall support multiple VATs and be able to differentiate which card is asserting a callback . Video Source: The host PC shall be able to switch between video inputs in real-time without requiring a full reprogram/reset of the VAT. It shall not require more than 2 frame intervals (at 30 Hz) to complete this source switch. Tracking Gate: The tr acking gate shall be adjustable between frames. Changing the tracking gate parameters, in of themselves, shall not cause the loss of track lock. Hardware: Self-sufficiency: The PCI card shall contain all the hardware, firmware, and on board software to perform the intelligent tracking functions. It is allowed to require the device driver to download the binary image of the firmware, and be configured by the users program. Video Source: The VAT shall support RS170/RS170A, NTSC and LVDS inputs. The VAT shall support interlaced and non-interlaced configurations. Configuration of LVDS inputs to hi-resolution, low-rate inputs a plus. (Example: 2000x2000 @10 Hz.). Analog Outputs: The VAT should support at least one analog video output with symbology. Low Voltage Differential Signal (LVDS) Tracking Rate: The VAT should accept and track 1024x1024 Black and White LVDS video at 30 frames per second. RS170 Tracking Rate: The VAT shall track at least 30 frames per second. 60 fields per second a plus. Alg orithm Processing: The VAT shall track using the designated tracking algorithm. The VAT should support, but not be limited to the following algorithms: Edge Tracking. Mass/Intensity. Centroid. Vector (optional). Mount position feedback is available via PCI bus. Correlation (optional). Multiple Gates: The VAT should support multiple gates. Target Acquisition: The VAT shall support automatic acquisition an d reacquisition. Gating: The VAT shall support manual and adaptive gate sizing. The VAT shall support manual and automatic gate positioning. Environment: The VAT will operate in an air-conditioned van. Operating Temperature Requirements: Unit shall operate from 10 degrees Celsius to +30 degrees Celsius, in an exceptionally well-vented case. Storage Temperature Requirements: Unit shall be able to be stored at temperatures from 0 degrees Celsius to +5 0 degrees Celsius. Performance metrics: The VAT shall be capable of locking on objects as small as 4 pixels wide over 4 lines. (4x4). The VAT shall be able to detect and track objects with just a 4% contrast ratio. Color support: Color support is a s trong plus, but is not required. The immediate requirement is for one each, however the Government may initiate a contract with a purchase option for up to 14 more units in the next fiscal year. Therefore, pricing and delivery is requested on CLIN 0001 fo r the quantity of 1 each Embedded Video Tracker and CLIN 0002 for a 1-year purchase option for 14 each Embedded Video Trackers. The estimated delivery time is 30-45 days. This solicitation will be conducted using Best Value procedures in accordance with F AR 15.101. In accordance with FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors co nsidered. The following factors shall be used to evaluate offers: (1) Technical- The contractor shall submit a technical proposal that demonstrates point by point that their proposed equipment meets or exceeds the specifications for the Embedded Video Tra cker. The contractor may provide Videotape, which shows their unit tracking in multiple track scenarios. Evaluation: The contractors proposal that meets the required specifications will be rated Blue and the contractors proposal that exceeds the requirem ent will be rated Green. Any proposal that does not meet the specifications may be determined non-responsive. If the Government determines that a proposal may responsive with clarifications, technical discussions may be held at the discretion of the Gover nment. (2) Equipment warranty- the contractor shall provide a narrative of his warranty to include support provided and any options for any extended warranties or support services for his proposed equipment. The warranty and support will be evaluated bas ed the warranty period and the support provided. A 1-year warranty (standard or extended) with support may be rated Blue. A 2-year warranty (standard or extended) with support may be rated Green. (3) Past performance- The contractor shall provide past a nd present performance on the same or similar equipment provided to Government or non-Government customers, to include the contract or order number, name of technical and or administrative POCs with current telephone numbers, pricing, delivery and any othe r pertinent information that indicates your ability to provide the required equipment. The past performance information will receive a narrative rating of Low Risk, Moderate Risk or High Risk as to your ability to successfully provide the equipment specif ied in the solicitation. The following FAR and DFAR representations and certifications apply to this acquisition and must be filled out in accordance with FAR provision 52. 212-1, Instruction to Offerors Commercial Items (Oct 2000), FAR 52.212-3, Offeror R epresentations and Certifications Commercial Items (June 2003) and DFARS 252.212-7000, Offerors Representation and Certifications Commercial Items (Sep 1999). Offerors that fail to furnish required representa tions of information as required by FAR 52.212-1, 52.212-3, and DFARS 252.212-7000 cited above, or rejects the terms and conditions of this solicitation may be excluded from consideration. In order to complete the Representation and Certifications and re view the clauses in this solicitation you must go to the US Air Force web site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste to a Word document and complete. The following clauses and provisions are incorporated by reference and apply to this acquisition, FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2002), FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (June 2003) specifically clauses, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219.8 Utilization of Small Business Concerns, 52.222-21, 52.217-5, Evaluation of Options (July 1990), 52.217-7, Option for Increased Quantity-Separately Priced Line Item, The Cont racting Officer may exercise this purchase option within one year of award date of this contract. (March 1989), Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Viet nam Era and other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and other Eligible Veterans, 52.222-48 Exemption from application of Servic e Contract Act, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration, 52.232-36,Payment by Third Party, DFARS clause 252.212-7001(June 200 3), specifically FAR 52.203-3 Gratuities, and DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.247-7023 Transportation of Supplies Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. All proposals shall be clearly mar ked with the solicitation number referenced above and submitted via email to pamela.nevels@yuma.army.mil no later than 11 August 2003 by 3:00 PM Mountain Standard Time. After reviewing the solicitation if you plan to participate you are required to provid e your company name, address, telephone number and email address for notification of amendments to the above email address.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00389994-W 20030803/030801213738 (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.