Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOURCES SOUGHT

67 -- digital high speed color video camera

Notice Date
10/22/2007
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-08-X-0241
 
Response Due
11/6/2007
 
Archive Date
12/6/2007
 
Point of Contact
Jeremy Phillips, Contract Specialist, (973)724-3050
 
E-Mail Address
Email your questions to Jeremy Phillips
(jeremy.phillips6@us.army.mil)
 
Description
The U.S. Army Joint Munitions and Lethality, Life Cycle Management Command (JM&L LCMC), Acquisition Center, Picatinny Arsenal, NJ is seeking possible sources capable of meeting the requirements of two digital high speed color video cameras for Explosive Ordnance Disposal (EOD) munition testing. Each camera will be placed at a maximum distance of 100??? apart, and shall be controlled remotely, from a hardened Toughbook PC, with synchronization between cameras. Each camera must be capable of: 1. Critical specification: Exposure time, independent of framing rate, down to 1??sec for the clearest image at the shortest time. 2. Synchronization and hardware and software must be compatible with other older version Phantom cameras. 3. Recording at framing rates up to 190,000 frames per second. 4. Resolution of 640x480 pixels at 10,000 frames per second minimum. 5. SR-CMOS chip for color digital recording capability. 6. Minimum framing rate of 1,000 full frames per second (800x600 pixels) resolution. 7. Imager Controller: 10/100 Gigabit Ethernet. 8. Viewfinder and Focusing: via continuous video viewfinder or laptop SVGA monitor. 9. Lens Mount: F-mount or C-mount. 10. Trigger: TTL pulse or switch closure. 11. Synchronization image: TTL pulse. 12. Event Marker: TTL pulse or switch closure. 13. IRIG-B Timing: IRIG-B code, with IRIG-B output. 14. Power: 110V input or 24VDC with 110VAC power adapter. 15. Network: 10/100 Gigabit Ethernet. 16. Display: Continuous video viewfinder. 17. Memory: 4 Gigabytes integral image memory. 18. Image bit depth should be 14 bits. 19. The pixel size shall be 22??m for high light sensitivity. 20. Synchronization of the 2 camera???s to start and stop recording simultaneously. 21. Software standard function shall include: a. Acquisition: Image capture, IRIG-B timing & standard time annotation. Field of view & focus. Sample rate & aspect ratio selection. Shutter speed. Histogram. Brightness, contrast and gamma adjustment. Trigger modes. Continuous record. Save & recall setups. b. Analytical Playback: Immediate playback of cine. Variable playback speeds in forward or reverse, including freeze frame and endless loop. Random go to image. Tile/cascade multiple images on one screen. Cine editor. Multi Cine Viewer. Timing data display with each image. c. Measurements: Linear and angular velocity measurements. Displacement, Velocity, RPM. 100 data points per image. English and metric units. Generate measurement reports. Report files and images should be compatible with spread sheet software, and image analysis software such as TrackEye, Image Express or Falcon. d. Image Processing: Smooth, sharpen, pseudo color, negative image, and edge detection. Brightness, contrast and gamma adjust. e. File management: Organize, save, compress and export cines, or single images. File formats should be compatible with most word processing, desktop, publishing and presentation software. 22. Lens: 24-70mm f/2.8 zoom lens (F mount). 80-200mm f/2.8 zoom lens (F mount). 14mm f/2.8mm lens (F mount). 23. F Mount to C Mount adapter. 24. Portable Laptop Network Controller Panasonic Tough Book 52. 25. Minimum of 2 days training in the set-up and use of the system. 26. 2 copies of operating manuals. Firms/companies are invited to indicate their interests by providing specifications, brochures, manuals, reports, demonstration videos and other technical data. Responses must include company name, address, point of contact, phone and fax numbers, email address, and business size. All respondents must be registered in the Central Contractor Registration at http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. This is a market survey. It is for planning purposes only, and should not be construed as a request for proposal (RFP). All information is to be submitted at no cost or obligation to the Government. Interested parties responding to this market survey should send their information and comments no later than 06 November 2007 to: Commander, US Army, Joint Munitions & Lethality LCMC Acquisition Center, AMSML-AQ-JA, Bldg. 10, ATTN: Contract Specialist, Jeremy Phillips, Picatinny Arsenal, NJ 07806-5000, email address: jeremy.phillips6@us.army.mil . Telephone inquiries will not be accepted. Email submissions would be preferred, but not essential.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-08-X-0241)
 
Record
SN01438668-W 20071024/071022223606 (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.