Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
SOLICITATION NOTICE

67 -- Imaging Systems

Notice Date
5/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-04-T-0094
 
Response Due
5/28/2004
 
Archive Date
7/27/2004
 
Point of Contact
Kathy Harrigan, 301-394-3693
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(kharrigan@arl.army.mil)
 
Small Business Set-Aside
N/A
 
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. . (ii) The solicitation number is W911QX-04-T-0094. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses a re those in effect through Federal Acquisition Circular FAC01-23. (iv) This acquisition is set-aside for 100% for Small Business. The associated NAICS code is 423410. The small business size standard is 100. (v) The following is a list of contract lin e item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 00001 DESCRIPTION Imaging System- Type 1 QUANTITY 7 CLIN 00002 DESCRIPTION Imaging System - Type 2 QUANTITY 1 (vi) Description of requirements: Specification For Thermal/Color CCD Long Range Surveillance Package. The Government has a requirement for 2 types of multiple Thermal/Color CCD Long Range Surveillance Cameras and Distance Measuring Devices with the foll owing capabilities and specifications. Type #1 Imaging Sensor Package 1. Each system shall be composed of three separate optical devices as follows: a. The first optical device shall be a Color CCD Camera. The minimum specifications for this camera shall be listed later in the specification. b.The second optical device shall be a Thermal Camera. The minimum specifications for this camera shall be listed later in the specification. c. The third optical device shall be a Laser Range Finder (LFR). Th e minimum specifications for this camera shall be listed later in the specification. 2. Each imaging sensor package shall be packaged together in a single enclosure. 3. Each imaging sensor package shall be environmentally sealed to meet the specification s for a NEMA 4X enclosure. 4. Each imaging sensor package and all of its components shall be able to operate in a temperature range of 0 degrees Farhrenheit to 125 degrees fahrenheit. 5. Each imaging sensor package shall weigh less than 20 pounds. 6. Each imaging sensor package shall have a total input power of less than 25 Watts. 7. Each imaging sensor package shall be able to pan and tilt with a minimum rotation azimuth of 360 degrees and a minimum range of elevation of -75 degrees to +75 degrees, with a minimum slew rate of greater than 90 degree per second. 8. Each imaging sensor package shall have a minimum pointing accuracy of plus or minus 3 milli radians in the pan direction and plus or minus 0.5 milli radians in the tilt direction. 9. Eac h imaging sensor package shall have RS-170 NTSC formatted video output for each of the Color Camera, Thermal Camera and Laser Range Finder. 10. Each imaging sensor package shall utilize a serial RS-232 data interface for the system control. 11. Specif ications for the Thermal Camera a. The Thermal Camera shall have a minimum frame rate of 30 Hz. b. The Thermal Camera shall have a minimum resolution of 320 x 240 pixels. c. The Thermal Camera shall have at least a 4X digital zoom capability. d. The Th ermal Camera shall utilize a single field of view lens that shall provide a wide field of view not less than 12 degrees by 15 degrees. e. The Thermal Camera shall have a spectral response of 8 to 12 micrometers. f. The Thermal Camera shall have a start up time of less than 15 seconds. g. The Thermal Camera shall utilize RS-232 for control. 12. Specifications for the Color Camera a. The Color Camera shall utilize one quarter inch CCD technology with image stabilization. b. The Color Camera shall have both narrow and wide field of view lens. The narrow field of view lens shall be between 2 and 4 degrees. The wide field of view lens shall be between 35 and 45 degrees. c. The Color Camera shall have the following minimum zoom capabilities. Minimum Digital Zoom: 10X Minimum Optical Zoom: 20X d. The Color Camera shall utilize RS-232 for control. 13. Specifications for the Laser Range Finder. a. The L aser Range Finder shall utilize a Class 1 Eye Safe Laser. b. The Laser Range Finder shall have a minimum magnification level between 6 and 9. c.The Laser Range Finder shall have a field of view between 6 and 9 degrees. d. The Laser Range Finder shall meas ure within the following range 25 to 1250 meters. e. The Laser Range Finder shall have a RS-232 interface. Type #2 Imaging Sensor Package 1. Each system shall be composed of three separate optical devices as follows: a. The first optical device shall be a Color CCD Camera. The minimum specifications for this camera shall be listed later in the specification. b. The second optical device shall be a Thermal Camera. The minimum specifications for this camera shall be listed later in the specification. c. The third optical device shall be a Laser Range Finder (LFR). The minimum specifications for this camera shall be listed later in the specification. 2. Each imaging sensor package shall be packaged together in a single enclosure. 3.Each imaging sensor package shall be environmentally sealed to meet the specifications for a NEMA 4X enclosure. 4. Each imaging sensor package and all of its components shall be able to operate in a temperature range of 0 degrees to 125 degrees farenheit. 5. Each imaging sensor package shall weigh less than 20 pounds. 6. Each imaging sensor package shall have a total input power of less than 25 Watts. 7. Each imaging sensor package shall be able to pan and tilt with a minimum rotation azimuth of 360 degrees and a minimum range of elevation of -75 degrees to +75 degrees, with a minimum slew rate of greater than 90 degrees per seco nd. 8. Each imaging sensor package shall have a minimum pointing accuracy of plus or minus 3 milli radians in the pan dairection and plus or minus 0.5 milli radians in the tilt direction. 9. Each imaging sensor package shall have RS-170 NTSC formatted vid eo output for each of the Color Camera, Thermal Camera and Laser Range Finder. 10. Each imaging sensor package shall utilize a serial RS-232 data interface for the system control. 11. Specifications for the Thermal Camera a. The Thermal Camera shall have a minimum frame rate of 30 Hz. b. The Thermal Camera shall have a minimum resolution of 320 x 240 pixels. c.The Thermal Camera shall have at least a 4X digital zoom capability. d. The Thermal Camera shall utilize a dual field of view lens that shall provid e a narrow field of view not less than 5 degrees by 4 degrees and a wide field of view not less than 12 degrees by 15 degrees. e.The Thermal Camera shall have a spectral response of 8 ?????? 12 micrometers. f.The Thermal Camera shall have a start up time o f less than 15 seconds. g. The Thermal Camera shall utilize RS-232 for control. 12. Specifications for the Color Camera a. The Color Camera shall utilize one quarter inch CCD technology with image stabilization. b. The Color Camera shall have both narrow and wide field of view lens. The narrow field of view lens shall be between 2 and 4 degrees. The wide field of view lens shall be between 35 and 45 degrees. c. The Color Camera shall have the following minimum zoom capabilities.i. Minimum Digital Zoom: 10X ii. Minimum Optical Zoom: 20X. d. The Color Camera shall utilize RS-232 for control. 13. Specifications for the Laser Range Finder. a. The Laser Range Finder shall utilize a Class 1 Eye Safe Laser. b. The Laser Range Finder shall have a minimum magnif ication level between 6 and 9. c. The Laser Range Finder shall have a field of view between 6 and 9 degrees. d. The Laser Range Finder shall measure within the following range 25 to 1250 meters. e. The Laser Range Finder shall have a RS-232 interface. Con tractor shall include all shipping charges. FOB is destination. The contractor shall provide a minmum one (1) year warranty on parts and workmanship. The warranty period shall begin after final acceptance of the system. A complete set of operation and maintenance manuals shall be provided. (vii) Delive ry is required by July 1, 2004. Delivery shall be made to US Army Research Laboratory , 2800 Powder Mill Road, Adelphi, MD 20783-1197. Acceptance shall be performed at Shipping and Receiving 2800 Powder Mill Road, Adelphi, MD 20783. The FOB point is des tination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE.(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicab le to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The technical capability of the item will be a determination as to whether the proposed product meets the technical specifications based on the information furnished in the vendors quote. The Government is not responsible for allocating or securing any information, which is not identified in the proposal. If the vendor proposes to modify a product so as to make it conform to the req uirement of this solicitation, the vendor shall include a clear description of such proposed modification and clearly mark any descriptive materials to show modifications. The Government will award a contact to the offeror whose offer is determined to be best value to the Government, with technical factors meeting or exceeding the requirement considered of paramount importance and price factors being of secondary importance. The Government reserves the right to make an award without discussions. (x) Offe rors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 5 2.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defens e Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6, FAR 52.219-6, FAR 52.219-8, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.22 2-36, FAR 52.225-1, FAR 52.225-13, FAR 52.232-33, FAR 52.232-33, FAR 52.232-6.(xiii) The following additional contract requirement(s) or terms and conditions apply: DFARS 252.212-7001, the following DFARS clauses are applicable: DFARS 252.225-7001, DFAR S 252.225-7012, DFARS 252.225-7014, DFARS 252.225-7015, DFARS 252.227-7037. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.(xiv) This acquisition is rated und er the Defense Priorities and Allocations System (DPAS) as DOC9E.(xv) (xv) The following notes apply to this announcement: The number Note 1 applies to the proposed contract as a 100% set aside for small business.(xvi) Offers are due on 5/28/2004, by 24 :00 hours, at US Army Research Laboratory, RMAC-Adelphi, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email at kharrigan@arl.army.mil (xvii) For information regarding this solicitation, please contact Kathy Harrigan, Contract Speci alist at 301.394.3693, fax 301.394.1162 or email kharrigan@arl.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00588487-W 20040521/040519212341 (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.