Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1998 PSA#2233

General Services Administration, Acquisition Services Division, 1301 Clay Street, Suite 280S, MB 45, Oakland, CA 94612

D -- SOFTWARE BASED VIDEO TRACKING SYSTEM SOL 9T8T024A DUE 120498 POC Mr. Paul Martin, (510) 637-3884 E-MAIL: paul.martin@gsa.gov, paul.martin@gsa.gov. The General Services Administration, Federal Technology Service, intends to issue a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. Requirement is in support of the US Marine Program located in Fallbrook, CA. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Task ID No. 9T8T024A is issued as a Request for Quotation (RFQ). Proposal is for a stand alone software-based video tracking system. System will consist of an infrared camera mounted on a remote controlled pan and tilt unit. System control will be via an IBM compatible PC containing all software and interfaces necessary to control the pan/tilt unit and process the video returned from the camera. In addition, there will be a video recorder and monitor to record and display the camera video. Proposals shall include all costs associated with the procurement of the video target tracking system, delivery, and on-site (MCPD-Fallbrook, CA) set-up and training. PERFORMANCE REQUIREMENTS: (1) General: The system shall be capable of tracking shoulder or vehicle launched anti-armor or air defense missile systems from launch to the target at velocities up to 850 meters per second. Anti-armor missiles must be tracked in direct or top attack mode. Direct attack anti-armor missiles may be wire guided and travel less than 3 meters off of the ground to a maximum of 4 kilometers. The top attack anti-armor missiles will initially fly an upward trajectory up to 70 degrees from the horizontal then descend to the surface target up to 2500 meters away. Air defense missile systems are ground launched and must be tracked up to 5 kilometers from the launcher. The missiles may be launched in any direction within a 45 degree area of azimuth, and fly rapidly changing arc patterns to the target. (2) Launch Intervals: The system shall be able to track ground launched air defense missiles launched at 30 second intervals from the launch site. (3) Upgrade capability: Tracking system upgrades: All tracking shall be software based. Upgrades for tracking shall involve software changes only. (4) Hardware upgrade capability: The system shall be able to interface existing optional upgrade hardware components that provide accurate miss distance for when the missiles do not hit the target, and velocity, range, and trajectory information. The optional system upgrade must be demonstrable and provide miss distance accurate to within 1 meter at a range of 2.5 kilometers and range and trajectory plots accurate to within 1 meter at a range of 1 kilometer. MOBILITY: The system shall be capable of being disassembled into major parts that can be easily protected and transported. Shock resistant cases will be provided to protect equipment during storage and transport. Assembly/disassembly shall be accomplished using ordinary hand tools. Assembly/disassembly must be able to be accomplished by government technicians at various sites worldwide. All wiring that has to be disconnected prior to transportation shall have a quick disconnect/connect feature. PAN AND TILT UNIT REQUIREMENTS: (1) Tracking Rates: The pan and tilt unit supporting the video camera must be capable in both axes of an angular acceleration of 90 deg/secsand angular velocity of 90 deg/sec. (2) Capacity: The pan and tilt unit will be capable of supporting camera and environmental enclosure with a combined weight up to 75 pounds. (3) Cabling: The video and pan/tilt cables will be of sufficient length to locate the camera mount 200 feet from the controlling PC. (4) Repeatability: Static repeatability of pan/tilt positioning must be at least 0.005 degrees. (5) Interface: The serial interface between the computer (PC) and the pan/tilt unit will be type RS422. (6) Mounting: A tripod will be supplied capable of supporting the pan/tilt unit and the camera/enclosure units. COMPUTER HARDWARE MINIMUM REQUIREMENTS: (1) Enclosure: The chassis enclosing the computer will be capable of being installed in an industry standard E.I.A. type rack. (2) Processor: The processor will be a 200 MHz Pentium or equivalent at a minimum. (3) Memory: The computer will have a minimum of 16 MB of RAM. (4) Storage: The computer will contain a hard drive whose capacity is at least 1.6 GB. (5) Monitor: The monitor will be a 9" SVGA and built into the computer enclosure. (6) Keyboard: The keyboard will be PC compatible and configured to mount in a standard E.I.A. equipment rack. (7) Software: The computer will contain all the necessary software and appropriate operating system to control the equipment and process the tracking data. CAMERA REQUIREMENTS: (1) Resolution: The camera shall have a minimum resolution of 801 x 512 pixels. (2) Detectable Wavelength Bands: Able to detect in the 1.2 mm to 5.9 mm and 4.0 mm to 5.9 mm bands. (3) Lenses: The camera shall come equipped with a 50mm lens and a 100mm lens. (4) Video output: The video outputshall be serially digitized in RS-170 and RS-422 formats. (5) Sensitivity: The noise equivalent temperature difference, (NETD) shall be less than 0.08 C (blackbody at 27 C using 50 mm lens). (6) Control: Remote control of camera functions via an RS-232 interface. ACCESSORIES/ADDITIONAL REQUIREMENTS: Monitor: 14" RGB high resolution video monitor. Video Cassette Recorder: Rack mountable, SVHS video recorder. Power requirements: The system will be able to operate from 120 V, 60 Hz input power. All power extension cabling shall be provided to operate the system from a single power source. Installation: On site installation at MCPD facility, Fallbrook, CA. Warranty/Spare parts: All system parts shall be guaranteed to be free of manufacturing defects for a period of one year. Service Contract: Software upgrade service and extended warranty available. Operator training/ users manual: Training shall be provided by vendor at customer specified location. A user's manual shall be provided which covers basic powering-up, operating, and powering-down instructions, along with provisioning information on critical components. All responsible sources solicited may submit a quotation which will be considered. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR 52.212-4, Contract terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, are applied to this acquisition. The government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to this notice will be most advantageous, representing the best value to the government price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical: technical capability of the item offered to meet the government requirements, (2) delivery terms and (3) Price. Type of Contract: A firm-fixed price contract shall be awarded. Other conditions before award: (1) Awardee must register in IT Solutions Shop at http://it-solutions.gsa.gov; (2) Acceptance of shipments and Invoices to Finance-Ft. Worth shall match invoice amounts submitted in IT-Solutions Shop by the Contractor. Quote shall be e-mailed to the Contracting Officer at paul.martin@gsa.gov or by fax at (510) 637-3869 on or before 4:00pm December 4, 1998. Contact Mr. Paul Martin, Contracting Officer, at (510) 637-3884. Technical questions may be e-mailed to the GSA/ITM at art.duggan@gsa.gov. Posted 11/30/98 (W-SN275444). (0334)

Loren Data Corp. http://www.ld.com (SYN# 0007 19981202\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page