Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2007 FBO #2137
SOLICITATION NOTICE

67 -- VIDEO CAMERA ASSEMBLY

Notice Date
10/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
4200223057Q
 
Response Due
10/15/2007
 
Archive Date
10/1/2008
 
Point of Contact
Sheryl L Dylewsky, Aquisitions, Phone 661-276-5657, Fax 661-276-2243, - Terra L Calahan, Acquisistion Support, Phone 661-276-5985, Fax 661-276-2243
 
E-Mail Address
sheryl.l.dylewsky@nasa.gov, DFRC-Hyper-Sonic@mail.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
[BASIC STATEMENT OF REQUIREMENT] NASA/DFRC has a requirement for four video cameras capable of capturing images for the Abort Flight Test parachute system performance assessment. [SPECIFICATIONS] 1) Basic Imaging Requirement 2) Video imaging from on-board sources is required to support the assessment of parachute deployment dynamics during pad abort and ascent abort testing for the Orion crew vehicle. 3) Required Camera Image Characteristics a) Image Resolution: Captured images shall be appropriate for dynamic parachute deployment analysis with a resolution of at least 640 x 480 pixels. b) Frame Rate: Image frames shall be captured at the normal NTSC format of 30 frames per second. c) Field of View: The required field of view will be 107 degrees Horizontal by 80 degrees vertical which is consistent with the field of view of a 3.5 mm focal length lens. d) Image Coloration Format: Video information shall be acquired in a color format as defined by the NTSC format specification. e) Video Image Exposure: Video shutter speed, aperture, and imaging device sensitivity shall be determined and established by the camera exposure control to automatically provide properly exposed images of events for capturing the parachute deployment event with minimal blur commensurate with available lighting conditions. 4) Environmental Conditions and Survivability: The video imaging system shall both survive and operate satisfactorily under the following environmental conditions on the day of launch: a) Ambient Pressure: The video cameras shall operate in an ambient pressure environment consistent with atmospheric conditions at sea level and 3-minute exposure to altitudes up to 200k feet during the launch to the test condition. Ambient pressure at 200k feet is 0.401 pounds/square foot (as derived from the 1976 Standard Atmosphere reference). b) Ambient Temperature: The video cameras shall operate in ambient temperature at sea level up to 176? F and down to -40 F. c) Vibration: The video cameras shall be designed to operate under an ambient vibration environment up to 25 GRMS for 3 minutes during the launch to the test condition. d) Acceleration: The video cameras shall be designed to operate under steady state acceleration in each axis up to 25 g during the 3-minute launch to the test condition e) Shock: The video cameras shall operate while being subjected to shock levels up to 13,900 G during the pyrotechnic-driven stage separation and parachute deployments. 5) The video camera performance shall not be adversely affected under the following environmental conditions for a period of up to 180 Days. a) Humidity: The video cameras shall be designed to operate in relative humidity levels up to 95% without performance degradation (guidance from MIL-STD-810) b) Salt Spray, Fog, Dust, and Fungus: The video cameras shall be designed to operate under conditions of salt spray, fog, dust, and fungus atmosphere consistent with a sub-tropical seashore environment (guidance from MIL-STD-810) 6) The video cameras shall be stored, handled, and shipped according to approved procedures for flight-rated equipment used for aerospace testing. 7) Video camera power, weight, and volume requirements a) Weight: The combined weight of all components of each video camera exclusive of the connecting cable shall be less than 2 lbs. b) Volume: The combined volume of all components of each video camera exclusive of the connecting cable shall be less than 50 cubic inches. c) Power: Each video camera shall require less than 10 watts from the 12 volt power source. The video cameras shall be constructed for minimal power usage. [SOLE SOURCE EXPLANATION] NASA/DFRC intends to purchase the items from Ecliptic Enterprises Incorporated because Ecliptic has expertise in the broad range of disciplines required to address the needs of aerospace applications that no other commercial organization is known to possess. The hardware is designed and manufactured to withstand hard use, fabricated to operate and survive in the extreme flight environments. The video imaging equipment is fabricated to interface with avionics equipment on the flight. If other sources were used system designs would need to be re-engineered at an unacceptable cost in time and resources. No other commercial sources with these assets are known to exist. [FOLLOW-UP AND LEGAL] The Government intends to acquire a commercial item using FAR Part 12 and 13. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on October 15, 2007. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are NOT acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24#127275
 
Record
SN01426155-W 20071003/071001223656 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.