Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1999 PSA#2281

Commander, 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