|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1999 PSA#2281Commander, United States Army Yuma Proving Ground (USAYPG), Directorate
of Contracting, Attn: STEYP-CR-C, Bldg 2100, Yuma, AZ, 85365-9106 67 -- HIGH SPEED COLOR CAMERA SYSTEM SOL DAAD01-99-Q-0007 DUE 022299
POC Julie A. Silva, (520) 328-6259 E-MAIL: Click here to contact the
Contracting Office via E-Mail, julie.silva@yuma-exch1.army.mil. The
U.S. Army Yuma Proving Ground, Arizona has a requirement for a High
Speed Color Camera System to be used in support of the Optics and
Electronics Division. 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; proposals
are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The
Request for Quotation number is DAAD01-99-Q-0007 and incorporates
provisions and clauses in effect through Federal Acquisition Circular
(FAC) 97-10 and Defense Federal Acquisition Regulation Supplement
(DFARS), 1998 Edition, current to DCN 19990115. This acquisition is
set-aside 100% for small businesses. The Standard Industrial
Classification (SIC) code is 3861 and the small business size standard
is 500 employees. The contract type will be firm fixed price. The
Government proposes to solicit quotes for the following item: One (1)
each HIGH SPEED COLOR CAMERA SYSTEM which will be used for the USAYPG
Optics and Electronics Division high-speed video imaging of Army
materiel test. The camera system shall be configured of standard
commercial off the shelf catalog advertised items and shall be a field
deployable assembly capable of use in low desert terrain testing
environments. The camera system shall meet or exceed all of the
following specifications: (A) IMAGER: (1) Shall have a color imager
with greater than 200,000 pixels in a 1/3-inch format. (2) Shall have
a minimum horizontal resolution of 480 pixels; 240 pixels at maximum
frame rate setting. (3) Shall produce full resolution images up to 250
frames per second. (4) The pixels shall be a square format for ease of
data reduction. (5) Shall have a minimum variable electronic shutter
range of 1/60 to 1/40,000. (6) Shall have 100X anti-blooming. (7) Shall
not have visible "paneling", smearing and residual imaging in the
recorded images from intense broadband light sources. (B) IMAGE
RECORDING FEATURES: (1) The camera shall have the ability to transfer
images via S-VHS and NTSC video outputs. (2) Shall have greater than 8
seconds of record time at maximum frame rate. (3) Shall have as a
minimum, frame rate settings of 2000, 1000, 500, 250, 125, 60 and 30
pictures per second. (4) The image display device shall have a built in
display and control panel. (5) Camera shall be capable of operating up
to 100 ft. from control/display unit. (6) The display shall also have
the ability to display external sources of video and loop through
video capability. (7) Shall have a minimum of a serial RS-232 remote
keypad user interface for control and configuration. (C) CAMERA DISPLAY
INDICATORS AND CONTROLS: (1) Shall have a minimum of indicators: (a)
Power standby. (b) Trigger ready. (c) Frame rate and shutter speed. (d)
Trigger position. (2) Shall have a minimum of controls: (a) Live video
(for camera NTSC video output). (b) Playback with 1 to 2000 frames per
second forward and reverse. (c) Record rate settings. (d) Recording
start and stop. (D) LENS MOUNT: (1) Shall be a standard C-mount. (2)
Shall be capable of a ruggedized type of lens mounting. (E) TRIGGER:
(1) Shall have a positive TTL trigger input. (2) Variable trigger modes
for pre and post triggering in at a minimum of start, center, and end
positions. (3) Shall have a trigger input mode that allows triggering
a single image capture for each individual trigger pulse received. This
provides the ability to capture rapid-fire weapon imagery as well as
provide framing synchronization of several cameras via wireless
connection. (4) Shall have a minimum of one SAE 1/4" 20 thread per inch
and one 3/8" 16 thread per inch threaded holes on the top and bottom of
the camera. (E) POWER REQUIREMENTS: (1) Shall operate on 120 VAC 60 Hz
nominal power at less than 5 amperes. (2) Shall initialize within two
minutes of application of power. (F) PHYSICAL AND ENVIRONMENTAL: (1)
The minimum operating temperature range shall be 15 degrees to +45
degrees Celsius. (2) Camerasize shall not exceed 3" wide by 3" high by
5" long. (3) Shall weigh less than 2 pounds. (4) Viewer shall be no
larger than 7" x 8" x 15". (5) Viewer shall weigh less than 20 pounds.
(F) ACCESSORIES: (1) Shall include all adapters and cables necessary
for power and communications interface. (2) Shall include all operation
and maintenance manuals, with schematics, and operator and repair
training required. The following Federal Acquisition Regulation (FAR)
provisions apply to the acquisition: FAR 52.212-1, Instructions to
Offerors Commercial Items (Aug 1998); FAR 52.212-3, Offeror
Representations and Certifications Commercial Items (Feb 1999), all
offerors shall include with their offer a completed copy of FAR
52.212-3. Copies of FAR 52.212-3 are available upon request from the
Contracting Officer or on the world wide web at the following web
address: http://farsite.hill.af.mil/reghtml/far/52_000.htm#P1690_140442
; FAR 52.212-4, Contract Terms and Conditions Commercial Items (Apr
1998); FAR 52.212-5, ContractTerms and Conditions required to Implement
Statutes or Executive Order Commercial Items (Jan 1999); specific
clauses cited in FAR 52.212-5 that are applicable to this acquisition
are: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999);
FAR 52.222-26, Equal Opportunity (Feb 1999); FAR 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era (Apr
1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities
(Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (Jan 1999). The following DFARS clause
applies to this acquisition: FAR 252.212-7001 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (Jan 1999) and
specifically: DFAR 252.225-7001 Buy American Act and Balance of
Payments Program (Mar 1998). An addendum is incorporated into the
solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34
F.O.B. Destination (Nov 1991); FAR 52.232-33 Mandatory Information for
Electronic Funds Transfer Payment (Aug 1996); DFAR 252.204-7004
Required Central Contractor Registration (Mar 1998). All quotes shall
be submitted to the Commander, United States Army Yuma Proving Ground
(USAYPG), Office of Contracting, Attn: Ms. Julie A. Silva, Building
2100, Room 8, Yuma, Arizona, 85365-9106 no later than 10:00 A.M. MST,
February 22, 1999. As a minimum, offerors shall include with their
quote the following information: (1) RFQ number, (2) company name and
address, (3) point of contact with telephone and facsimile numbers, (4)
a completed copy of representations and certifications, (5) price, (6)
proposed delivery schedule, (7) sufficient technical literature and
description to enable the Government to evaluate conformance with the
technical requirements, and (8) a statement indicating whether payments
can be made by electronic funds transfer or Government VISA credit
card. Offers that fail to furnish required representations or reject
the terms and conditions of this solicitation may be excluded from
consideration. SEE Note 1. Posted 02/09/99 (W-SN296378). (0040) Loren Data Corp. http://www.ld.com (SYN# 0378 19990211\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|