Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

67 -- Ballistic Range Camera Upgrade (BRCU)

Notice Date
7/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-07-T-1095
 
Response Due
7/24/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
Total Small Business
 
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. Proposal s are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17, dated 14 Jun 2007 and Class Deviation 2005-o0001 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070531. It is anticipated that payment will be made by Government Visa Credit Card. This action is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) is 333315 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/i ndex.html. The award will be based on low price and technically acceptable. The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: Ballistics Range Camera Upgrades. Offers must meet or exceed the Governments minimum requirements for a Ballistics Range Camera Upgrade. C.1 SCOPE: These specifications set forth the Governments minimum requirements for a Ballistic Range Camera Upgrade (BRCU). The BRCU will be for upgrade of Hadland SVR and BR553 cameras using state of the art technology, packaging and components. C.2 CONFIGURATION: The BRCU shall be turn-key, configured of standard commercial off the shelf (COTS) catalog advertised items and shall meet or exceed all of the following specifications. C.3 CAPABILITY: The BRCU shall be a rugged field deployable assembly capable of use in low desert terrain environments - mobile vans and permanent instrumentation installations. C.4 SPECIFICATIONS: C.4.1 General scope of work: C.4.1.1 YPG will remove the required parts and ship to the contractor. The contractor shall evaluate the power supply and technically qualified micro channel plate intensifiers (MCP) for the upgrade. C.4.1.2 When completed, new camera will use the YPG supplied MCP and power supply donor components to upgrade to modern capabilities in a new package. C.4.2 The image sensor resolution shall be over 4000 horizontal by 2600 vertical pixels, with a pixel pitch of 9 micron square +/- 1 micron. C.4.3 The camera shall have a minimum dynamic range of 12 bits. C.4.4 Shall have an inherent system delay of less than 150 nanoseconds from trigger input to image integration. C.4.5 Image exposure shall be less than 20 nanoseconds in at least 20 nanosecond steps. C.4.6 Strobe outputs shall be variable for appropriate strobe pre-flash, minimum delay interval of 20 nanoseconds maximum of 10 milliseconds. C.4.7 Shall be capable of multiple exposures for measurement of velocity. C.4.8 Shall have a trigger input to accept a TTL positive or negative input. C.4.9 Shall have standard I/P 67 rated Fast Ethernet 100Base-TX communication. C.4.10 The communications Ethernet and control software shall be robust and capable of operation with many networked devices on a common network. This network will have serial servers, IP cameras, and various COTS high speed digital cameras, etc. C.4.11 Shall have a daylight visible display for alignment and focus. C.4.12 Shall include a unique double shot exposure; two individual exposures (not a double exposure of the same camera integration). C.4.13 Shall use double shot images to measure velocity. There will also be analysis software to measure angles, distance, roll, and spin rate. There shall be image enhancement; as a minimum for gamma, contrast, brightness, and histogram. Power requirements: C.4.13.1 Shall operate on 120 VAC 60 Hz nominal powers at less than 5 amperes. C.4.13.2 Shall initialize within two minut es of application of power. C.4.14 Physical and Environmental: C.4.14.1 The minimum operating temperature range shall be 5 degrees to +40 degrees Celsius. C.4.14.2 Humidity: 5-85% non-condensing. C.4.14.3 12 inch wide x 12 inch high x 18 inch long, sealed splash-proof enclosure. C.4.14.4 Shall weigh less than 35 pounds. C.4.15 Accessories: C.4.15.1 Shall include all adapters and cables necessary for power and communications interface. C.4.15.2 Shall include an operator manual, maintenance manuals with full schematics, parts lists and factory operator training. Items shall be delivered by 09 October 2007 to U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. This solicitation is being issued as a Request for Quotation (RFQ) and shall be clearly marked with RFQ referencing number # W9124R-07-T-1095 and emailed to Tejae.Craig@yuma.army.mil or sent by facsimile to 928-328-6849 no later than the 24th July 2007 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concernin g this requirement must be emailed to Tejae.Craig@yuma.army.mil no later than the 17th July 2007 at 11:00 a.m. Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors o f Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) websit e at https://orca.bpn.gov/ and have the information posted you would only have to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Mar 2007) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers wit h Disabilities (Jun 1998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Exe cutives Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), specifically 252.225-7036 Buy American ActFree Trade AgreementsBalance of Payments Program (Mar 2007) with Alternate I (Oct 2006). DFARS provision 252.232-7003 Electronic Submission Payment Requests (Mar 2007), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). DFARS Clause 252.225-7035 Buy American Act---Free Trade Agreements---Balance of Payments Program Certificate ( Oct 2006) with Alternate I (Oct 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Tejae Craig via email to Tejae.Craig@yuma.army.mil or by facsimile (928) 328-6849 f or notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01338314-W 20070712/070710221138 (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.