Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

67 -- Airborne Digital Camera

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AE0188B001
 
Point of Contact
Zachary P. Bawden, Phone: 661-277-7583, Mike L Keeling, Phone: 661-277-2704
 
E-Mail Address
zachary.bawden@edwards.af.mil, mike.keeling@edwards.af.mil
(zachary.bawden@edwards.af.mil, mike.keeling@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 and DFARs Change Notice (DCN) 20100713. NAICS is 334119 and the size standard is 1000 employees; FSC code is 6710. Delivery: days after receipt of order (DARO), performance and acceptance is FOB Destination, Edwards AFB, CA 93524. This solicitation is for a commercial purchase of (10) X-EMA High Speed Imager(s). Any quotes submitted should provide information as to how (10) X-EMA high speed imager(s) meet the following characteristics. These cameras must be compatible and interoperable and in exact form, fit and function with currently installed units in the F-16 and F-22 aircraft. These cameras must meet the requirements of IRIG 106 Chapter 10 and must be live video output. Detailed minimum salient characteristics that the government is requesting go as follows: 1. Digital Imager for autonomous in flight high speed video recordings 2. Miniature CMOS Imager providing 1280 x 1024 pixels resolution at 500 fps, 800 x 600 at 1000fps and up to 32,000 fps at reduced pixel resolution. With selectable 5, 8 or 10 bit depth. 3. Must record a comparable film image when recorded through pre-existing 90 degree periscope lens and flown within the sidewinder AIM9 missile pod in all currently required orientations. 4. Tested and certified according to MIL-STD-461 and MIL-STD-810 for flight operations with supporting documentation 5. Fully functional in all modes of operation running on internal battery for a minimum of 20 minutes, and a minimum of 40 minutes in standby mode using standard internal battery during flight. 7. Memory partitioning which allows up to 4 successive recording segments during flight and autonomous operation requiring only 28VDC trigger to initiate a recording 8. 24 to 36VDC input allowing for recharging of the internal battery in flight 9. Minimum of 5.2GB internal memory for 8 seconds of recording at full 1280 x 1024 resolution. Memory expandable to 10.4GB 10. Must accept direct IRIG B timing input from aircraft without modification to the aircraft or external devices, with captured time stamped on each frame for external correlation of time with other devices. 11. Physical dimension of the camera must fit within the space of the AIM9 pod, and be no more than 71mm x 71mm x 121mm and weight of 980g. 12. Automatic image transfer to removable CF media upon completion of the recording sequences 13. Imager is fully operable without requiring an attachment to a computer or other controlling device. 14. Minimum of 32,000 pictures per second at reduced pixel count 15. Must be operational when flown without modification of the aircraft. 16. Global independent electronic shutter to a least 4 microseconds. 15. Auto exposure capability to enable Imager to automatically adjust for environmental changes in the available light. 16. Automatic image sequence transfer to removable CF media auto-sensing power loss to the missile pod within a user selectable time period. 17. Full Gigabit Ethernet communications provided for both pre-programming and direct control of the Imager if desired. 18. Automatic image sequence deletion from Imager internal memory when it is powered down. 19. Mode, Battery Status, Power Status, Data Transfer information and Error code LED indicators on Imager back panel. 20. Variable trigger input allowing Pre-trigger, center, post-trigger support. 21. Recorded raw image data may be saved in post production with IRIG time displayed in AVI and individual image formats. 22. NTSC live video out required. Each X-EMA camera will be supplied with one each. Lockable Gigabit Ethernet data cable 5m Power/Trigger adapter Lockable compact flash port Power Supply AOS Imaging Studio FULL 8GB SanDisk Extreme III compact flash card 30MB/s CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. CLAUSES: The following FAR provisions and clauses apply: Clause 52.212-01, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; Technically acceptable is meeting all minimum salient characteristics; clause 52.222-3, Convict Labor; clause 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; clause 52.225-3, Buy American Act; clause 52.225-13, Restrictions on Certain Foreign Purchases; clause 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 (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.211-7003, Item Identification and valuation; 252.232-7010, Levies on Contract Payments; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea Alternate III. The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 5352.201-9101, Ombudsman. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Zachary Bawden @ 661-277-7583), no later than 23 Aug 2010 at 7 AM PST. Faxed transmissions of quotes are acceptable, but email transmissions are preferred. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail Zachary.Bawden@edwards.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AE0188B001/listing.html)
 
Place of Performance
Address: AFFTC/PKEE, 5 South Wolfe Avenue, Bldg. 2800, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02235654-W 20100812/100811000131-a9ab10faad01e943ea23501e1f0c2302 (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.