Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2004 FBO #0801
SOLICITATION NOTICE

67 -- Long Record High Speed Camera System

Notice Date
2/4/2004
 
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
W9124R-04-T-0015
 
Response Due
2/23/2004
 
Archive Date
4/23/2004
 
Point of Contact
Michael McDaniel, 928-328-6356
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(Michael.McDaniel@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented wi th additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acq uisition Procedures (SAP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-19 dated 7 January 2004 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edi tion, current to DCN 20040113. It is anticipated that payment will be made by Government Visa Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 333315 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The proposal shall consist of one Contract Line Item Number (CLIN), CLIN 0001 Quantity 2, Unit of Issue: Each, Description: LONG RECORD HIGH SPEED CAMERA SYSTEM, WITH THE FOLLOWING SPECIFICATIONS: SECTION C: LONG RECORD HIGH SPEED CAMERA SYSTEM. C.1 SCOPE: These specifications set forth the Governments minimum requireme nts for a LONG RECORD HIGH SPEED CAMERA SYSTEM. The LONG RECORD HIGH SPEED CAMERA SYSTEM will be used for Optics Branch high-speed digital imaging of Army materiel test. C.2 CONFIGURATION: The LONG RECORD HIGH SPEED CAMERA SYSTEM will be configured of stan dard commercial off the shelf catalog advertised items and shall meet or exceed all of the following specifications. C.3 CAPABILITY: The LONG RECORD HIGH SPEED CAMERA SYSTEM shall be a rugged field deployable assembly capable of use in low desert terrain environments. C.4 SPECIFICATIONS: C.4.1 Imager: Shall have greater than 300,000 pixels in a 1/3 inch format, Kodak Kai-0340 or equal. C.4.1.2 Shall have a minimum horizontal resolution of 640 pixels at frame rates up to 500 FPS. C.4.1.3 The imager shall b e 30-bit color. C.4.1.4 The imager shall be Color ?????? ISO 400 at 0 db. C.4.1.5 The pixels shall be a square format for ease of data reduction. C.4.1.6 Shall have a variable electronic shutter of 10 microseconds or less. C.4.1.7 Shall have 300X anti-bloo ming. C.4.1.8 Shall not have visible paneling and smearing in the recorded images from intense broadband light sources. C.4.2 Image recording features: C.4.2.1 Image format shall be a minimum of color TIFF, AVI, and MPG-II formats. C.4.2.2 The camera shall have the ability to digitally store images for a minimum of one minute of RAM or 120 minutes direct to REMOVABLE hard disk and view live images during recording. C.4.2.3 Trigger point for RAM recordings shall be fully variable pre and post trigger frames in a carousel/circular memory configuration. C.4.2.4 The camera shall have the ability to transfer images via the Ethernet connection, VGA, and NTSC video output. C.4.2.5 Shall have a minimum capture rate of 1000, 500, 250, and 200 pictures per second. C.4 .3 Control Features and Indicators: C.4.3.1 Shall have indicators for standby/power, and faults. C.4.3.2 Touch screen daylight visible controller. C.4.4 Communications: C.4.4.1 Shall have a minimum of a 100 ?????? base T Ethernet link for control, configu ration, data previewing, data download and to connect a network of cameras. C.4.4.2 Shall have an NTSC video BNC connection for alignment, video playback and focus. C.4.4.3 Shall have an input for azimuth and elevation from Kineto Tracking Mounts. C.4.4.4 Shall have an integrated GPS receiver to synchronize and annotate IRIG time in image. C.4.5 Lens mount: C.4.5.1 Shall be a standard C-mount or Nikon F-mount. C. 4.6 Trigger: C.4.6.1 Shall have a positive opto-coupled and a negative switch closure trigger input. C.4.6.2 Shall have a variable trigger input and trigger delay. C.4.7 IRIG B time code shall be annotated to image data saved - according to document 200-70 Range Commanders Council. C.4.8 Shall have a minimum of 1/4 INCH ?????? 20 threaded holes on the bottom. C.4.9 Power requirements: C.4.9.1 Shall operate on 120 VAC 60 Hz nominal power at less than 5 amperes. C.4.9.2 Shall initialize within two minutes of application of power. C.4.10 Physical and Environmental: C.4.10.1 The minimum operating temperature range shall be minus 10 degrees to plus 130 degrees Fahrenheit. C.4.10.2 Camera size shall not exceed 4 inches wide by 4 inches high by 7 inches long. C.4.1 0.3 Shall weigh less than 4 pounds. C.4.11 Accessories: C.4.11.1 Shall include all adapters and cables necessary for power and communications interface. C.4.11.2 Shall include an operator manual, maintenance manuals and operator training. C.4.11.3 Shall in clude remote operation and image processing software for use with a Microsoft Windows 2000 XP Professional system. C.4.11.4 Touch Screen XGA Monitor minimum requirement greater than 10 inches diagonal, greater than 1000 NIT. All proposals shall be clearly marked with RFP number W9124R-04-T-0015 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 3:00 PM MST, 23 February 2004. The Government intends to award a contract to the responsible offeror whose offer confor ming to the proposal will be the most advantageous to the Government based on technical capability to include product literature, warranty, price, past performance, and offerors ability to meet the requirements of Section C of this solicitation. Offers tha t fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are inc orporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Oct 2000). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the A ir Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (June 2003) Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Nov 1995) apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002) and specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.236-12 Cleaning Up (Apr 1984). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Paragraph A of this provision is completed as follows: Award will be made on technical acceptability, price, and past performance. FAR 52.212-5 Contract Terms and C onditions required to Implement Statues or Executive Order Commercial Items (Oct 2003) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Co operation with Authorities and Remedies (Sep 2002), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligibl e Veterans (Dec 2001), 52.232-34 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003) apply to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agre ements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Mar 2003). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
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
SN00515757-W 20040206/040204212332 (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.