Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOURCES SOUGHT

70 -- Big Wall Visualization System

Notice Date
1/18/2006
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-826-1
 
Response Due
1/24/2006
 
Archive Date
2/8/2006
 
Description
This is a request for information to help the National Institute of Standards and Technology identify potential firms and capabilities to provide a Big Wall Visualization System for the National Institute of Standards and Technology Manufacturing Systems and Integration Division (MSID). MSID was established to contribute to the research and development of data standards, generic interfaces and technologies leading to the implementation of modeling and simulation for emergency response for first responders, training and simulation systems, virtual manufacturing enterprises and supply chain management systems. As part of its efforts, MSID has been working on the development of a Virtual Manufacturing Enterprise (VME) with implementation of a big wall visualization system prototype for integrated manufacturing simulation and gaming for emergency response planning and training systems. The interoperability of simulation and gaming tools for emergency response can help achieve a valuable capability for planning, training and post-incident response. The initial demonstration of this prototype is focusing on modeling and demonstrating a dirty bomb scenario in Washington DC or a global supply chain scenario with potential multiple suppliers and collaborators located in North America, Europe, Asia and South America. MSID has partners in government agencies, industry end-users, software vendors and with diverse interests such as: training and simulation systems, modeling and simulation for public safety, emergency response and homeland security, cloud simulation, plume simulation, intelligent operators, game technology, manufacturing simulation such as steel fabrication, electromechanical production, semiconductor, die casting, injection molding, machining, automotive and aerospace assembly, inspection, human operator modeling, ergonomics analysis, supply chain, discrete event models, and graphical representations. The big wall display would most likely be partition into multiple segments for potentially multiple applications. Multiple video streams and data will be accessed, linked, and displayed on the big wall displays for use by teams of project management, program management, and command, control and communication organization. Preliminary systems specifications: The system should be able to display in High Definition and fill out most of the area dedicated to it (HD resolution: 1920x1080). The wall size is about 16 feet wide and 8 feet tall. Ideally, the projection would start a foot off the ground and would go up to the ceiling. A widescreen (16:9) format is desirable. The image is to be rear projected to allow presenters to walk in front of it without masking the projected image or being blinded by the projected light. The screen is to be rigid (solid) to permit hand gesture control such as, but not limited to: window manipulations, chroma keying of a chosen color, and multi-source control capability. The brightness has to be high enough to allow the conference room lights to be turned on. The light has to homogeneously cover the projected area avoiding blinding spots (smooth and continuous brightness). A high contrast level is necessary to accurately display videos as well as 2 and 3-Dimensional virtual applications. No stereovision technology needed. The projector should be network enabled (wired and/or wireless). Major specs: HD at least 1920x1080. 16:9 aspect ratio. Single, dual, multiple, or tiered projectors, objective for this spec is to reduce the system failure probability and to reduce initial and/or maintenance costs. Rear projected. Solid single piece screen (Glass or Plexiglas but thick enough not to bend). Homogeneous light dispersion over the projected area High level of brightness and contrast (3,000+ lumens, 1,000+ contrast ratio). Networked for displaying remote computers. Compatible with existing source display management hardware (Creston) is preferred. Compatibility with Unix systems is preferable. Vendors who believe they have a product(s) capable of meeting this requirement are requested to provide product literature, brochures, warranty coverage, and price list(s). Price list(s) shall clearly indicate the estimated price of the system(s) components i.e. total labor, frame, mirror, projector cost, the screen cost and the maintenance. Vendors shall provide the Government with the following information: (1) Name of Company-include a contact person?s name, telephone number and email address; (2) Company Address; (3) Company Size (please specify as either-Large, Small, Small Disadvantaged, Woman Owned Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), Hubzone Small Business) or other and indicate whether a large business or small business under NAICS 334310; (4) Address whether the capabilities identified in the requirement described above are of a type offered and sold competitively in the commercial marketplace based on market prices or whether these services are exclusively provided to the Government; (5) If commercially available, identify standard commercial terms and conditions typically associated with these services; (6) Describe experience and past performance with similar types of requirements of similar scope and magnitude and whether they were performed performance-based and include the contract number, Government agency name and address and contract funded amount; (7) Product literature and pricing structure as previously described. THIS SYNOPSIS IS FOR INFORMATION PLANNING PURPOSES ONLY AND IS NOT A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. Information should be submitted (two copies are requested) by 1:00 PM EST on January 24, 2006 to US Department of Commerce, National Institute of Science and Technology, Acquisition Management Division, Gaithersburg, MD, 20899, to the attention of Deborah Rincon. Because of heightened security, Fed-Ex, UPS or similar delivery methods are preferred method of delivery of proposals. FAXED, EMAILED AND HAND DELIVERED SUBMISSIONS WILL NOT BE ACCEPTED.
 
Record
SN00968013-W 20060120/060118211753 (fbodaily.com)
 
Source
FedBizOpps 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.