Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2005 FBO #1132
SOLICITATION NOTICE

A -- MULTI-SENSOR TRACKING SYSTEM

Notice Date
12/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-05-R-RS01
 
Response Due
1/24/2005
 
Archive Date
1/23/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 solicitation, N00173-05-R-RS01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-26 and DFARS Change Notice 20041215. The associated NAICS Code is 333314 and the small business size standard is 500 employees. NRL has a requirement for : A Multi-Sensor Tracking System made up of an Atlantic Positioning Systems SPS-500 Pedestal with SPS-2722-SDC, Cable and Documentation, including Video Tracker with Joystick and Control Box, OR EQUAL.. The required system shall include a multi-sensor pedestal that has a yoke mounted precision positioner with a high-accuracy tracking system. The pedestal mount shall be capable of handling a balanced payload of 75 lbs mounted on the centerline of both the azimuth and elevation axes. The pedestal mount shall be designed to carry different multiple sensor configurations at the discretion of the Government operator. The yoke mounting system shall be of a lightweight modular design, and shall be both ground and mast mountable. The precision tracking system shall provide high-resolution automatic tracking and high accuracy stabilization control, so that the payload?s line of sight can be stabilized to better than 100 microradians. The control electronics shall provide both positional and rate-loop control, and shall provide for servo loop optimization for different payloads. The automatic tracking function shall provide for the use of different tracking algorithms for various target and background scenarios. All sensor and power cables shall be poly-wrapped through the yoke of the mount, allowing the mount to travel plus or minus 270 degrees in azimuth. The total system shall be of an agile transportable design. The required tracking system shall meet the following specifications: 1) SYSTEM COMPONENTS: a)Yoke mounted Multi-sensor pedestal mount; b) Precision Positioner; c) Servo/Feedback Control unit; and d) a fully functional remote control with Automatic Video Tracking, including stabilization control. The positioner/tracking system of the required system shall interface in a functionally and operationally compatible manner with infrared and visible-range cameras currently in use at NRL. The data collection setup at NRL uses a Matrox Meteor II-D digital card. All proposed interfacing connections between existing NRL equipment and the required system shall be functionally and operationally compatible with the referenced data collection setup. The required system shall also be able to retrofit a functionally and operationally compatible gyroscope for increased stabilization against base motion. 2.) PERFORMANCE SPECIFICATIONS: a) Maximum Payload Weight of no more than 75 lbs; b) Pedestal Weight of no more than 35 lbs; c) Angular Velocity of 0.01 to 60 degrees per second; d) Maximum Angular Acceleration of greater than 500 degrees per second per second; e) Positional Repeatability less than 170 microradians; f) Positional Resolution less than 30 microradians; g) Position Jitter less than 50 microradians; h) Position Accuracy less than 100 microradians; i) Tracking Accuracy less than 500 microradians at an angular acceleration of 60 degrees per second squared; j) Azimuth Axis Travel plus or minus 270 degrees; k) Elevation Travel range of negative 20 to positive 95 degrees; l) Operating Temperature range from negative 10 degrees C to positive 50 degrees C; and m) Minimum Target Contrast Ratio greater than or equal to 2.5 percent. 3) Critical system components shall be environmentally sealed. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 180 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: a) technical capability of the items offered to meet the minimum needs of the Government based on examination of either product literature or technical approach, or both; b) Past Performance (see FAR 52.212-1(b)(10); and c) Price. Technical Capability and Past Performance, when combined, are of greater importance than Price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at : http:// heron.nrl.navy.mil /contracts/repsandcerts.htm. The clause at 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, applies to this acquisition. The additional clauses cited within this clause are applicable: The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. The following additional FAR clause applies: 52.214-31. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 3 copies of the offeror proposal shall be received on or before the response date noted above, 3:30 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. Other business opportunities for NRL are available at our website: http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Record
SN00728275-W 20050101/041230212001 (fbodaily.com)
 
Source
FedBizOpps.gov 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.