Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
MODIFICATION

J -- Infrared Camera Repair

Notice Date
3/11/2005
 
Notice Type
Modification
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
FA8651-05-M-0153
 
Response Due
3/21/2005
 
Archive Date
4/5/2005
 
Point of Contact
Robin Gibson, Contract Specialist, Phone (850)882-4294 x 3411, Fax (850)882-9599,
 
E-Mail Address
robin.gibson@eglin.af.mil
 
Description
THIS COMBINED SYNOPSIS/SOLICITATION IS HEREBY AMENDED TO EXTEND THE RESPONSE DATE TO 21 MARCH 2005 (12:00 P.M., CST). The Air Force Research Laboratory Munitions Directorate (AFRL/MN), Eglin AFB, FL, intends to award a firm fixed price purchase order for infrared camera repair to one of the following vendors: Mission Research Corporation, 735 State Street, Santa Barbara, CA 93102 or SSG Precision Optronics, Inc., 65 Jonspin Road, Wilmington, MA 01887. The camera's original optical housing paint is peeling and requires removal, surface preparation and painting. BACKGROUND: The existing CIRS operates inside the cryogenic vacuum test chamber (KVACC) located in the Kinetic Kill Vehicle Hardware-in-the-Loop Simulator (KHILS) facility. The KHILS facility provides a realistic ground-test environment for quantifying the performance of precision-guided interceptors for strategic and theater missile defense. The objective of the existing KVACC system is to provide a complete cryogenic optical system, a complex infrared target projection system, and a surrogate sensor subsystem that meets the required optical, radiometric, and environmental conditions for hardware-in-the-loop testing of Kinetic Kill Vehicles (KKV's) requiring exo-atmospheric temperature and altitude conditions. The CIRS provides the surrogate sensor system and provides characterization of the emitter technologies. CIRS is an all- reflective optical system with independent cooling circuits for the optics and the FPA. The camera is surrounded with cold shielding and thermally insulated from the KVACC chamber to eliminate stray radiation. The optics are cooled to 77 K and the focal plane array is cooled to 45 K. CIRS uses an SE-IR CamIRa tm for operating the FPA electronics. The camera head is mounted on the outside of the KVACC sensor chamber. SCOPE OF WORK: The purpose of this contractual effort is to capture ambient interferometer performance data prior to disassembly and repair. Remove the mirrors, which are pinned to a common housing allowing easy removal and replacement. Realignment may be required. Then clean the optical housing, prepare for painting, paint, and cure the paint. Then prepare the housing for reassembly and operation in a cryovacuum environment. Reassemble the mirrors to the housing. Obtain ambient interferometer performance data and align the mirrors to achieve performance equal to or better than the performance data collected at the beginning of the repair process if required. As a separately priced option, cryogenic interferometer performance data collection at the completion and prior to shipping to KHILS shall be included in the quote. APPLICABLE DOCUMENTS: Technical papers that may be reviewed to provide additional background information are: Mechanical Drawings, Acceptance Test Data, and Design Review Presentations. GOVERNMENT FURNISHED EQUIPMENT: The following list of equipment shall be provided: CIRS camera with the FPA, FPA clamp, filters and focus stage removed. (Housing and mirrors only); FPA retro ball fixture for interferometer testing. TECHNICAL REQUIREMENTS: This program shall include the interferometer performance characterization, mirror removal and refurbishment of the CIRS housing, reassembly, alignment, and post interferometer performance data: Acceptance Test Interferometer Data (prior to disassembly measure ambient baseline wave front error (WFE) at HeNe laser wavelength (could require a government decision if WFE exceeds 0.45 at this point based on current performance of WFE < 0.45)), Pre-refurbishment characterization, Refurbishment (remove old paint, surface preparation, paint using flat black Aeroglaze Z306), Assembly, post interferometer data and alignment (measure ambient WFE at HeNe laser wavelength (WFE <0.45), priced option: measure cryogenic WFE at HeNe laser wavelength (WFE < 0.54). ADDITIONAL REQUIREMENTS: Contractors must also provide with their quotations the following: Technical: (1) procedures for surface preparation, application, and bake out of Z306 flat black paint on aluminum surfaces and, (2) procedures for verifying optical alignment of CIRS collimating optics after repainting and reassembly. Experience/Past Performance that demonstrates: (1) the design, fabrication and testing of cryogenic rated optical systems including optical alignment and evaluation of optical performance at ambient and cryogenic; (2) the application of Z306 paint on aluminum surfaces cryogenic rated optical systems; (3) in-house capabilities (including the experienced personnel and equipment) required to repaint, realign and to re-qualify the optical performance of the CIRS collimating optics at ambient and cryogenic conditions. Completion of this effort shall take place no later than 16 weeks after receipt of order on an FOB Destination basis. The following FAR and DFAR Clauses apply to the Synopsis/Solicitation and any subsequent award: 52.212-1 (JAN 2005), Instructions to Offerors Commercial; 52.212-2 (JAN 1999), Evaluation - Commercial Items (evaluation shall be based on (1) technical capability to meet Government requirements, (2) past performance and, (3) price and price-related factors. Technical capability and past performance, when combined, are more important than price.); 52.212-3 (JAN 2005), Offeror Representations and Certifications - Commercial Items (Offerors must either complete Representations and Certifications online at http://orca.bpn.gov/, or submit a completed copy with their offer; you can contact Robin L. Gibson, Contract Specialist for an electronic copy of the representations and certifications, see contact info at the end of this announcement), 52.212-4 (OCT 2003), Contract Terms and Conditions - Commercial Items; 52.212-5 (JAN 2005), Contract Terms and Conditions required to implement statutes of executive Orders - Commercial Items; 52.247-34 (NOV 1991), F.O.B. Destination; 252.204-7004 (NOV 2003), Required Central Contractor Registration (CCR), 252.212-7000 (NOV 1995), Offeror Certifications and Representations - Commercial, 252.212-7001 (JUL 2005), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. To view the clauses in full text, visit http://farsite.hill.af.mil. All responsible sources may submit a quotation which shall be considered by the agency. Quotations must be submitted NLT 12:00 p.m. CST on 14 Mar 2005. The required format for submission of quotations is at the discretion of the offeror. Vendors must be approved and registered in Central Contractor Registration (http://www.ccr.gov/index.cfm) before award can be made. Send all quotations to Air Force Research Laboratory Munitions Directorate Contracting Division, AFRL/MNK, Attn. Robin L. Gibson, 101 West Eglin Boulevard, Suite 337, Eglin AFB FL 32542-6810, or by email at robin.gibson@eglin.af.mil. The Technical Point of Contact is Robert Stockbridge, Robert.Stockbridge@eglin.af.mil, 850-882-4446, x2260. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLERS/FA8651-05-M-0153/listing.html)
 
Record
SN00767677-F 20050313/050311215236 (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.