Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2005 FBO #1299
SOLICITATION NOTICE

63 -- Lightweight Gimbel-Based Airborne Digital Multi-Sensor Data Acquisition System (DAS)

Notice Date
6/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-05-T-0046
 
Response Due
6/20/2005
 
Archive Date
8/19/2005
 
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. Requisition Number W912HZ-05-T-0046 is being issued as request for quotes (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-04. This is an unrestricted requirement. The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC) at Waterways Experiment Station (WES), Vicksburg, MS, Environmental Laboratory has a requirement for one (1) Lightweight Gimbel-Based Airborne Digital Multi-Sensor Data Acquisition System (DAS). This DAS is needed for airborne digital data acquisition in various landscape/environments. A turret-based/gimbal sensor housing is desired that will allow mounting onto (outside) a small fixed-wing aircraft and also a helicopter. The sensor package needed will include visible, and thermal infrared sensors and a laser illuminator pointer. Different sensor fields-of -view (FOVs) are required and sensor operation controls will be through a portable laptop-type computer/unit. Imagery collected by the system will include global positioning data (GPS) and will be tagged onto the images. Data will be recorded with a syst em digital recorder and a data down-link capability needs to be an option. An on-board display is required for quick look display/analysis. System training including operation, tracking strategy, maintenance and trouble shooting is needed within 30 days of delivery of the DAS. Detailed specifications of the DAS are as follows: Multi-Sensor System a) Turret/Gimbel Dimensions: less than 12-inches in diameter and 15-inches height; b) Turret Weight: less than 35 lbs; c) Sensor Field of Regard: 360 degree a zimuth, 90 to 180 deg elevation; d) System Power: 18-24 VDC; e) Stabilization: fiber-optic gyro-stabilization; f) Sensor Types: infrared, visible; g) Data Recorder: real-time digital data recording on the aircraft; h) Calibration: infrared sensor temperatu re to be calibrated prior to start of airborne mission (use of black bodies) and system must maintain brightness and contrast setting during operation; i) Software: post processing, display and quick look analysis; j) Video Capture: captures digital frames (hardware/software); k) System Operating Time: 3 hours continuous; l) Illuminator/Pointer: laser; m) Processor: high resolution digital infrared video processor. Thermal Infrared Sensor a) Detector: uncooled microbolimeter, focal plane array, 320x240 p ixels (min); b) Spectral Range: 3-5 microns (min), other bands are optional; c) Temperature Measurement Range: -20 deg C to 300 deg C; d) Field-of-Views: interchangeable, 1-2 deg to 4-5 deg to 20-25 deg; e) Image Resolution: 12-16 bits; f) Image Format: JP EG, TIFF; g) Spatial Resolution: 1.3 mrad; h) Lenses: interchangeable (25mm-100mm); i) Image Rate: 60Hz; j) Data Processing: data collected/stored on recorders will be post processed. Visual Sensor a) Detector: CCD (charge couple device) sensor; b) Wave band/Spectral Response: 420-1000 nm; c) Resolution: 450-500 TV lines (PAL) (NTSC); d) Telescope: 18 power, digital zoom (computer controlled); e) Sensitivity: 0.2 lux to 0.7 lux; f) Fields-of-View: narrow (1-2 deg) to wide angle (45-50 deg); g) Pixel Array Size: 750 (H) by 500 (V) pixels (NTSC). Laser Illuminator a) Type Laser: class III b CW diode; b) Band Width: 800-850 micron; c) Beam Divergence: 0.2 mrad; d) Output Power: approximately 30 milliwatts (MW). This procurement may be quoted as follows: L ine Item 0001- Lightweight Gimbel-Based Airborne Digital Multi-Sensor Data Acquisition System (DAS), Quantity 1, Unit: Each, Price:________________. Line Item 0002-System Training, Quantity 1, Unit: Lump Sum, Price:____________________. Grand Total for Line Items 0001 thru 0002:_____________________. Please provide product literature with quote. Delivery of the DAS is needed within 90 days upon receipt of awa rd. Delivery is to be made to: USACE-ERDC, LMO-Supply Branch, 3909 Halls Ferry Road, Vicksburg, MS 39180. FOB Destination. All responsible sources may submit a quote which will be considered. Award shall be made to the responsible offeror whose quote i s determined to be lowest price technically acceptable. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation  Commercial Items; 52.212-3, Offeror Representations and Certification-Com mercial Items, 52.222-19 Child LaborCooperation with Authorities and Remedies, 52.222-25 Affirmative Action Compliance, 252.225-7000 Buy American ActBalance of Payments Program Certificate and 252.212-7000, Offeror Representations and Certifications Comm ercial Items. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; Clause 52.212-5; Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; 52.219-6 Notice of T otal Small Business Set-Aside; 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-34 FOB Destination, 52.252-2 Clauses Incorporated by Reference, 52.222-26 Equal Opp ortunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veteran and Veterans of the Vietnam Era, 52.222-21 Prohibitio n of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 Buy America n Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.225-7036 Buy American North American Free Trade Agreement Implementation ActBalance of Payments Program, 252.243-7001 Pricing of Contract Modifications, are hereby incorporated by reference. Quotes are due 20 June 2005 by 1600 hrs (Central Time Zone) at Vicksburg Consolidated Contracting Office, Attention: Jack L. Peterson, 4155 Clay Street, Vicksburg, MS 39183-3435. Fax number 601-631-7263. For inform ation concerning this solicitation contact Jack L. Peterson at 601-631-5358 or email at Jack.L.Peterson@mvk02.usace.army.mil.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00830480-W 20050617/050615212335 (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.