Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

16 -- Multi-Sensor Camera System

Notice Date
6/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
 
ZIP Code
20537
 
Solicitation Number
DEA-04-R-0031
 
Response Due
7/20/2004
 
Point of Contact
MaryJean Skinner, Contract Specialist, Phone (202) 307-7809, Fax (202) 307-4877,
 
E-Mail Address
mskinner@leo.gov
 
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. The solicitation number is DEA-04-R-0031 and is being issued as a Request for Proposal (RFP). The NAICS number is 334511. Competition is full and open. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23. The provision, FAR 52.212-1, Instructions to Offerors – Commercial Items (1/2004), applies to this acquisition. Offers will be evaluated and awarded based on “best value” and evaluation factors include technical compliance, price and warranty. Provision FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (2/00), must be completed and returned with the offer. The following three clauses are included: FAR 52.212-4, Contract Terms and Conditions – Commercial Items (10/2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (5/2004); and 52.252-2, Clauses Incorporated by Reference (2/98), [The full text of a provision or a clause may be accessed electronically at www.arnet.gov/far]. Questions are due no later than July 8, 2004 to Mary Jean Skinner at mskinner@leo.gov . Offers are due July 20, 2004, at no later than 3:00 Central Time, at the following addresses: two copies to the Drug Enforcement Administration, Office of Aviation Operations, Attn: Linda Ray, 2300 Horizon Drive, Fort Worth, TX 76177-5300; and one copy to the Drug Enforcement Administration, Office of Acquisition Management, Attn: Mary Jean Skinner, Washington, DC 20537. An award is anticipated on or about August 10, 2004, with delivery of the items not later than 120 days after award. A description of the requirement follows. GENERAL REQUIREMENT: The contractor shall provide all management, personnel, equipment, tools, materials, supervision, transportation and other items and services necessary to deliver, install, and test two (2) long-range, high performance commercial off-the-shelf multi-sensor camera systems. This system shall be installed onboard two types of aircraft: a small fixed-wing (camera operator on left side) or single engine rotor wing aircraft. Each system shall be inclusive of the following items; (1) a day/night vision long lens surveillance system; (2) installation; (3) time/date labeler; (4) cockpit camera indicator; ;and (5) four-position video switcher. Offerors are required to provide a price quote for each of the five items identified above. SPECIFIC REQUIREMENT: 1. The contractor shall provide two cameras that Contain high resolution Color Day TV sensor payload to facilitate stand off, non observable, suspect observation; provide the ability to view targets of interest during periods from total light to very low light and/or ambient starlight; allow the operator to simultaneously observe images viewed through the daylight TV camera and the low light/star light camera; and provide housing in a gyro-stabilized turret that is easily mountable to the helicopter or airplane. The power consumption shall be 28VDC standard aircraft power. (a) Camera System Specification: Camera System Turret, at least a 4 axis Gyro-stabilization, not less than 5 micoradian line-of-site Jitter, 360 degree continuous rotation in azimuth, +20 to –110 degrees in elevation, 75 degrees/second LOS rate in azimuth, Integrated Video auto tracking, 20 inch diameter or less, less than 75 lbs. turret weight, other internal LRU’s not more than 60 lbs. Turret shall be FAA STC’d as operational up to 300 Kts. 8.2. (b) Camera System Electrical Optical Payload Specifications: High Resolution Color Day TV Sensor, no less than 700 TV lines of resolution, auto and manual iris with no more than .1 second delay in image processing, NTCS video format with high magnification TV zoom lens to 1050mm, integrated monochrome low light sensor with high magnification TV zoom lens 1050mm, .0001 Lux sensitivity Generation III Night Vision. The high magnification channel shall be able to read 3-inch high license plate letters at a range of no less than 1 Km. Video Monitor display: Minimum 8” CRT or LCD minimum 450 TVL resolution. Diagonal measurement display of at least 8”, VGA connector in, video out connectors; NTSC format; all controls for contrast, brightness, color, hue, picture, sharpness, also including a built-in a/b switch shall all be mounted to the front of the monitor, and adjustable with NOMEX flight gloves on. Rugged construction and EMI shielded; Video Cassette Recorder (hardwire VCR remote is necessary): Standard VHS/SVHS shall be used in the aircraft: NTSC format; 12 VDC power equipment; video “ins” and “outs”, preferably with BNC connectors; compact design – weight not to exceed 10 lbs. Note: All equipment shall be newly manufactured; incorporate an auto-tracker; operate without the necessity of daily setup, calibration or balancing; and shall be nose-mounted on the helicopter or side mounted on the airplane. 2. Installation: All work performed on DEA aircraft must be in compliance with system manufacturer’s specifications, Federal Aviation Administration (FAA) Regulations and the stipulations of the Agency. The contractor shall follow the following guidelines: (a) Engineering: It is the responsibility of the installing contractor to provide any engineering necessary to install the systems.. At the discretion of the Agency or its designee, electrical, and/or avionics wiring diagrams may be provided to the installing contractor. It must be noted that these diagrams will be used for reference only. Upon completion of system engineering, the installing contractor will provide the Agency, or its designee, with a minimum of two complete sets of wiring diagrams for the systems installed. (b) Designated Engineering Representation (DER): In the event that any of the items being installed require approved installation data not covered by system manufacturers or FAA Regulations, the installing contractor will employ a DER. The installing contractor will then conform to any and all changes stipulated by the FAA DER. (c) In process and post installation inspections: A representative of the Agency or its designee, may at any time during the installation, visit the site of the installing contractor to inspect the process of the installations and may inspect the completed installation. (d) Equipment: When required, it is the responsibility of the installing contractor to supply any parts and/or materials necessary to complete the installations. (e) Equipment Removed: Any components being removed from the aircraft to facilitate the installation of the systems will be shipped by the installing contractor upon completion of the new installations, to the Agency Designee Point of Contact. All connectors, wiring and materials associated with the systems being removed will be removed by the installing contractor and disposed of at their discretion. (f) Wire stamping and harness fabrication: All wiring to be installed will be TEFZEL or better, not PVC. All wiring will be stamped with an appropriate wire stamping machine. The digits left by the wire stamping machine shall correlate with their respective systems, and the wiring diagrams engineered by the installing contractor will reflect these same digits. All wiring harnesses to be installed will be manufactured and installed in such a way that a service loop will be provided for all system components to be installed. All wiring harnesses are to be installed in accordance with system manufacturer specifications, Advisory Circular AC 43.13-1B/2A, and FAA regulations. (g) Continuity and power checks: Upon completion of the installation of the wiring harnesses, the installing contractor will perform both continuity and power checks. These checks will be performed prior to installing any new system components. Any discrepancies in wiring will be corrected by the installing contractor prior to installing any new system components. (h) System functional checks: Upon completion of the installations, the installing contractor will perform a complete functional checkout of the systems in accordance with the post installation checkout procedures outlined in the system manufacturer’s installation manual. The installing contractor will correct any discrepancies noted during the post installation checkout procedures. In the event that nay of the installed components are determined to be the cause of any system malfunctioning, the installing contractor will comply with the following: (1) The installing contractor will complete an Aircraft Component Warranty and Core tracking Form, which will be provided. Instructions for the completion of this form are on the form itself. (2) Once the Form has been completed, the installing contractor will contact and provide a copy by fax to the Agency Designee Point of Contact. (3) The Agency Designee Point of Contact will then coordinate with installing contractor in obtaining replacement components. (i) Weight and balance: Upon completion of the installations, the installing contractor will perform an aircraft weight and balance. (j) Electrical load analysis: Upon completion of the installations, the installing contractor will perform an electrical load analysis, with the engines running, in the following configurations: Max current draw – all systems operating. The FAA Field Approval—The installing contactor must obtain the FAA Field Approval by completing and submitting an FAA Form 337 to the FAA. (k) Compass Swing: Upon completion of the FAA Form 337, properly singed by a Representative of the FAA, the installing contractor will perform both an electric and magnetic compass swing, in accordance with the manufacturer’s instructions, AC 43.13-1B/2A, and FAA regulations. Upon completion of the compass swings, the installing contractor will install a compass correction card in the aircraft for the magnetic compass. (l) Aircraft Equipment List; Upon completion of the installations, the installing contractor will generate a revised equipment list containing the following information concerning the components of all new systems installed: (1)Unit model number (2) Unit part number (3) Unit serial number (4) Unit manufacturer (5) Unit weight (6) Unit arm-distance from datum. (m) Aircraft Log Book Entries; Upon completion of the installations, the installing contractor will make all appropriate logbook entries containing the following information: The date that the log book entry was completed, the aircraft nationality and registration number, the make and model of the aircraft, the serial number of the aircraft, the aircraft total time, the aircraft tachometer or Hobbs time (whichever is applicable), the part numbers and serial numbers of all items permanently removed from the aircraft during the installation, part numbers and serial numbers of all items installed, reference as to how all units were installed per the equipment manufacturers installation manual, the work order number, the certified repair station number of the installing contractor, the address and telephone number of the installing contractor, and the signature of the installing contractor’s inspector. (n) Forms and Records: The installing contractor will fax a minimum of two copies, and mail one copy of the following forms and records to the Agency Designee Point of Contact: Aircraft log book entries, completed and appropriately signed FAA Form 337, a completed Form 8110-3 (if a DER was employed and used during the installation), updated aircraft equipment list, a completed weight and balance form, a completed electrical load analysis, and a copy of the compass correction card installed in the aircraft. (o) Maintenance Test Flights: Any test flights discrepancies found during the test flight pertaining to the new installations will be repaired by the installing contractor. 3. The contractor shall provide a complete set of maintenance manuals, operating manuals, installation manuals, pilot’s operator handbook, schematic drawings, wiring diagrams, and any other pertinent documentation relative to each individual camera system and installation. 4. The contractor shall provide training to a minimum of four (4) DEA employees (at no additional cost) on the use, operation, care and maintenance of the equipment. Training shall be held at a sight determined by the COTR. Date of training will be coordinated with the Contracting Officer’s Technical Representative (COTR). In addition, the contractor shall provide technical and installation consultation support as required to bring the camera system to a fully functional status. 5. The contractor shall guarantee all contractor provided equipment and installation workmanship for a period of one year from the date of acceptance. The contractor shall repair, replace and correct defects occurring during the warranty period without cost, including labor, to the Government. This one year warranty shall be in addition to any other warranties, which may result from standard commercial warranties available from the manufacturers. 6. Any travel required shall be quoted in accordance with the Federal Travel Regulations (FTR), which can be found at www.gsa.gov. Any travel expenses associated with installation or training support shall not exceed $2,500.00. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/DEA/OAM/DEA-04-R-0031/listing.html)
 
Place of Performance
Address: Ft. Worth, TX
Zip Code: 76177
 
Record
SN00654401-F 20040827/040826082504 (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.