Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2003 FBO #0630
SOLICITATION NOTICE

58 -- Imaging Radiometer System

Notice Date
8/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-03-T-0063
 
Response Due
9/8/2003
 
Archive Date
9/23/2003
 
Point of Contact
Oscar Randall, Contract Specialist, Phone 407-208-4408, Fax 407-380-4164,
 
E-Mail Address
RandallOH@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N61339-03-T-0063 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-1. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this solicitation is 541890 with a size standard of $6M. The following item is required: CLIN 0001, Imaging Radiometer System for the Multi-Spectral Subsystem or the Objective Mobile Infrared Scene Projector; Qty: 1 ea. The U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI) requires an Imaging Radiometer system that meets the requirements stated below. The Imaging Radiometer will be a component of the Radiometric Calibration Subsystem (RCS), which is integrated with the Multi-Spectral Subsystem (MSS) of the Objective Mobile Infrared Scene Projector (MIRSP). The Imaging Radiometer system will be used to characterize and calibrate Digital Micro-Mirror Device (DMDTM) and resistive-emitter array based Electro-Optical (EO) scene projection devices. The Imaging Radiometer systems will also be used as a surrogate Unit-Under-Test (UUT) for EO scene projection activities. Minimum system requirements: The Imaging Radiometer system shall consist of sensor head(s), all necessary control electronics, all necessary computer hardware resources, the software required to operate the system, and a Software Development Kit (SDK). The Imaging Radiometer shall be a Mid-Wave Infrared (MWIR) and Near Infrared (NIR) Sensor with the capability to measure emissions over the entire 3 to 5 micron region and the entire 1 to 1.6 micron region. The sensor(s) shall be capable of measuring laser radiation of 1.064 microns (Neodymium Yttrium Aluminum Garnet; Nd: YAG), 1.535 microns (Eribium Glass; Er: Glass), 1.543 microns (Raman shifted Nd: YAG), and 1.57 microns (Nd: YAG using a Potassium Titanyl Phosphate (KTiOPO4, KTP) Optical Parametric Oscillator (OPO). The vendor shall provide laser damage threshold information. The Imaging Radiometer shall be capable of measuring and calibrating to at least 373 K. The Focal Plane Array (FPA) of the Imaging Radiometer shall have a spatial resolution of at least 1000 x 1000 pixels. The Imaging Radiometer shall have an NEDT of <25mK. The Imaging Radiometer shall have a minimum frame rate of 30 Hz full frame and shall provide windowing techniques that allow higher frame rates (>100 Hz) at lower resolutions. The vendor shall provide mechanical interface drawings at the time of system delivery, for the purpose of lens mounting. The vendor shall provide mechanical interface drawings at the time of system delivery, for the purposes of mounting the Imaging Radiometer to a tripod and/or optical bench (1/4-20 tapped holes on 1.0 inch spacing lattice). The Imaging Radiometer shall provide an output frame synchronization signal with a known repeatable delay relative to the start of signal integration. The Imaging Radiometer shall provide for input external frame synchronization with a known repeatable delay relative to the start of signal integration. The Imaging Radiometer shall provide for control of the integration time of the FPA. The Imaging Radiometer shall provide at least 14-Bit digital image output. The Imaging Radiometer system shall provide for real-time capture of at least 1GB of digital imagery at any user definable window size/frame rate configuration. The vendor shall provide a Software Development Kit (SDK) that is documented and supported on Windows 2000 and/or Windows XP operating systems. The SDK shall support interfacing with custom end user C/C++ code developed using Microsoft Visual Studio.net and the TrollTech GUI builder tool Qt Designer. The SDK shall support access to and control of the Imaging Radiometer data and functions. At a minimum the SDK shall support: Setting the Imaging Radiometer integration time. Setting the Imaging Radiometer gain(s) and offset(s). Setting the window size. Setting the frame rate. Controlling synchronization. Controlling Non-Uniformity Correction (NUC) implementation(s). Capture of a user defined number of real-time sequential images. The vendor shall provide the minimum computer requirements (e.g., OS, processor type/speed, memory, I/O slots, etc.) for the purposes of re-hosting the SDK and associated control electronics of the Imaging Radiometer on another computer, as needed. The Imaging Radiometer system shall operate on standard 120 VAC 60 Hz commercial power, 208/240 VAC 60 Hz commercial power, or a combination of both. The Imaging Radiometer system shall provide stable output for a minimum of 6 hours. The Imaging Radiometer system shall operate in the following environmental conditions: Temperature: 22C + or - 4C (normal indoor environment) The system shall operate with degraded performance over the temperature range of 10C to 30C. The vendor shall provide documentation to describe the performance degradation. Relative Humidity: 50%, non-condensing Altitude: 0 to 10,000 ft. (3,048 m) above sea level Vibration: not required to operate while directly exposed to vibration; shall tolerate any induced vibration caused by other equipment in a semi-protected (hangar) type environment. Sand/Dust: The system shall tolerate exposure to normal sand/dust level found in the semi-protected (hangar) type environment. EMI: shall comply with Federal Communications Commission (FCC) regulations. The Imaging Radiometer system shall tolerate the following environmental conditions for storage: Temperature: -10C to +60C. Relative Humidity: 95% non-condensing. Altitude: shall tolerate altitude conditions associated with transportation in military or commercial aircraft. Vibration: typical of being transported in a commercial rental truck over public and military roadways. Shock: typical of being transported in a commercial rental truck over public and military roadways. Each of the shock sensitive parts of the Imaging Radiometer system shall have a shock absorptive storage container. Containers containing critical equipment shall include a shock sensor that will clearly display detection of a significant shock event. All other ancillary components shall be provided with storage containers for storage. The Imaging Radiometer system shall be capable of safely being setup, operated and stowed by two trained lab technicians. The Imaging Radiometer system shall provide for a Cold Start. Cold Start shall allow the operating organization to replace all computational components with equivalent parts (e.g., facilitate recovery in the event of a hard drive failure). The Imaging Radiometer system shall contain all necessary computer files on disk, CD or equivalent to execute a cold start. The Imaging Radiometer system equipment shall be of a safe design such that they pose no unacceptable hazards or risk of injury to user personnel, or damage to associated Government equipment during all conditions of normal use (installation, operation, maintenance, transportation, storage, and disposal) or under a likely fault condition (including human error). All equipment shall be certified by an accredited safety-testing laboratory (e.g., UL) for its intended use. The Imaging Radiometer system shall incorporate methods to protect operational and maintenance personnel from inadvertent contacts to voltages capable of producing electrical shock hazards during installation, operation, maintenance, transportation and disposal. Safety markings and labels shall be provided which identify any hazards to personnel. The vendor shall host a combined training and acceptance test event at the vendor?s facility allowing for up to five (5) Government specified representatives to attend. During training at the vendor?s facility, the vendor shall be required to instruct Government personnel in the setup and operation of the Imaging Radiometer system. This training shall cover the procedures and timeline for cold-start, set-up, power-up, initialization, operation, calibration, and power-down. In addition, specific training on SDK utilization shall be provided. The vendor shall develop and deliver a training plan 30 days prior to training. The vendor shall develop and deliver an acceptance test plan 30 days prior to acceptance testing. The vendor shall deliver an acceptance test report documenting all acceptance test results 30 days after acceptance testing. Delivery and acceptance will be made as stated below. The vendor shall provide a one-year warranty on all hardware delivered. The vendor shall state the conditions of the warranty and the process and timeline for handling a warranty repair. Evaluation: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. See FAR Provision 52.212-2 below. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded using Simplified Acquisition Procedures. Delivery shall be made no later than 180 days after contract award to USA Redstone Technical Test Center, ATTN: CSTE-DTC-RT-E-SA (ATTN: C Rhodes), Bldg. 4500 Martin Road, Redstone Arsenal, AL 35898 Acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. The following listed clauses may be downloaded from the following website: http://farsite.hill.af.mil. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 252.2121-7001. The following evaluation criteria shall be used as addenda to FAR 52.212-2(a): (i) Technical capability of the item offered to meet the Government requirement (subfactors: N/A); (ii) price; and (iii) past performance. Technical and Past Performance, when combined, are equal when compared to price. For Past Performance Evaluation Criteria, see the provision at %2.212-1, (b) (10). The following subparagraphs of FAR 52.212-5(b) apply: (1), (5)(i), (7), (9), (15), (16), (17), (18), (19), (29). The following subparagraphs of FAR 52.212-5(c) apply none. The following clauses of DFARS 52.212-7001(b) and (c) apply: 252.219-7003, 252.225-7007, 252.227-7037, 252.243-7002,252.247-7023 A completed copy of the following must be included with each quote: FAR 52.212-3, DFARS 252.212-7000. The following clauses also apply: DFARS 252.204-7004, ?Required Central Contractor Registration,? FAR 52.227-19 ?Commercial Computer Software -- Restricted Rights? The DPAS rating for this solicitation is N/A. Quotes are due at 3:00 PM EST on 8 September 2003 and may be made by FAX to (407) 380-8318 (Attn: Oz Randall) or to the address above. The anticipated award date for this acquisition is 22 September 2003. For information regarding this solicitation, contact Oz Randall at (407) 208-4408.
 
Place of Performance
Address: USA Redstone Technical Test Center, ATTN: CSTE-DTC-RT-E-SA (ATTN: C RHODES), BLDG 4500, Martin Road, Redstone Arsenal, AL
Zip Code: 35898
Country: USA
 
Record
SN00406482-W 20030821/030819214157 (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.