Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOURCES SOUGHT

D -- Portable Stereo Immersive System

Notice Date
6/26/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H090911111
 
Response Due
7/10/2009
 
Archive Date
9/8/2009
 
Point of Contact
TAMI LORD, 309-782-8564<br />
 
E-Mail Address
TACOM - Rock Island
(tami.lord@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled verteran-owned small businesses, and women-owned small businesses). The NAICS code is 541519. The small buziness size standard is $25M. The US Army Armament Research, Development and Engineering Center is seeking sources or suppliers that can integrate a sophisticated 3D visual system assembled from commercially available hardware components and existing software components with some probable changes to the software components to make it work. The system sought is called a Portable Stereo Immersive System. It will provide a capability to fielded military elements to see and review proposed systems as prepared by systems engineers using 3 dimensional modeling software. These types of 3 dimensional images have been available only in a laboratory setting with 3 or 5 sided Computer Aided Virtual Environments (CAVE). The objective is to move this viewing capability out of the laboratory and into the field so that users and military customers can see proposed systems in a 3D virtual stereo immersive environment with no more than a single flat panel monitor to support the image presentation. The image presented will be controlled through a software driver that gets direct feedback from the viewers head position sensor and then adjusts the image in real time response to effect the appearance of a fully viewable 3 dimensional object on the screen. The governments concept of the portable stereo immersive system is made up of the following. Further detailed requirement other than those given below will be disclosed at the time of formal advertisement for bids. a. Flat panel display: 50 inch Wide Screen Professional Plasma Monitor, with a resolution of 1920x1080 at 120 Hz. b. Format converter: an HDMI Repeater to convert the incoming page-flip video signal for viewing of the 3D image on the flat panel display. c. Wall mount and free standing floor mount: with associated hardware, wheels, etc. d. 3D Active Stereo Eyewear and emitters: Stereographic shutter glasses and emitter. e. Optical tracking system: including 7 infra red tracking cameras, a tracking PC to provided the processing need for the tracking system (see Para 3.2.7), 20 reflective tracking markers, a wireless gamepad wand, and all of the required cabling and receivers to connect the components and all mounting hardware. f. Graphics PC: Work station, Dual core processor, 4GB Graphics Card, 4GB DDR2 board ram, 300GB SATA 10K Hard Drive, 16x/48x DVD-ROM SATA DVD Drive, and USB Keyboard and Mouse. With a 20 inch wide flat panel monitor for the PC operation separate from the 3D screen. (There is only one PC, it acts as both the tracking PC and the graphics PC. It uses different cards to accomplish the separate tasks. Also, both monitors are hooked to this same PC.) g. All cabling required to operate the system properly. h. Transportable cases: Air Transportation Association approved Transit/Flight cases to carry everything. i. Software interface. The system shall be able to interface with software tools such as VE-Suite (www.vesuite.org). All system components shall be fully compatible with VE-Suite and all interfaces shall allow operation with VE-suite. j. Operating systems. The hardware shall support multiple operating systems to enable the system to be adapted to changing needs within the portable stereo immersive system software community. Both Windows and Linux shall be supported by the hardware. k. Assembly instructions. A complete set of assembly and disassembly instructions shall be provided. The vendor shall be responsible for creating or modifying any hardware items or software items to accomplish the above. Responders to this Sources Sought advertisement should submit evidence in writing that indicates they have developed systems as described above and that they are in use and considered fully successful. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Include the names and addresses of customers that have received the systems. Also include full technical specifications of the systems as built and delivered. This notice is planning purposes only and does not constitute an Invitation for Bids, Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. The government is interested in comments on the Statement of Work. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, this announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. STATEMENT OF WORK COMMENTS SHOULD BE PROVIDED SEPARATELY FROM THE CAPABILITY STATEMENTS. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT AND STATEMENT OF WORK COMMENTS VIA E-MAIL to tc.kraker@us.army.mil no later than July 10, 2009 4:00 PM Central Time for consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H090911111/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL<br />
Zip Code: 61299-7630<br />
 
Record
SN01858369-W 20090628/090627000651-95e487b3ae1e516d153e086782839073 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.