Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SPECIAL NOTICE

K -- Virtusphere Upgrade

Notice Date
9/1/2011
 
Notice Type
Special Notice
 
NAICS
339932 — Game, Toy, and Children's Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHD91203A001
 
Archive Date
9/24/2011
 
Point of Contact
Austin L. Parker, Phone: 334-953-7835
 
E-Mail Address
austin.parker@maxwell.af.mil
(austin.parker@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an INTENT TO SOLE SOURCE announcement only. The SOC organization at Maxwell Air Force Base AFB, AL intends to award sole source to Virtusphere, Inc. located at 2 Dewey Ave in Binghampton, NY for several upgrades in hardware and software that must integrate with existing Virtusphere equipment located at Air University, Maxwell AFB, AL. Description of Supplies/Services: • Deliver Digital Head Mounted Device (HMD) upgrade and integration into existing Virtusphere system. The Digital HMD MUST accomplish the following: 1. Produce wireless 3 Degrees of Freedom (3DoF: senses head pitch, roll, and yaw) signal that can be interpreted by the VRPN server software. 2. Mount to the head in a secure and comfortable manner. 3. Produce wireless video at least meeting this specification- Digital wireless head set 800x600 resolution (with bag on a belt). 4. Be size adjustable to different head sizes. 5. Must allow use of separate behind-the-ear wireless audio headsets. 6. Must be fully integrated and operational with Virtusphere. The Digital HMD is delivered, installed and functioning properly. • Deliver 6DoF upgrade and integration into existing Virtusphere system. The 6DoF upgrade MUST accomplish the following: 1. Provide a wireless weapon/wireless mouse-mountable 3 DoF sensor (similar to that sold by Virtusphere, Inc.) with output compatible with the VRPN server software. 2. Provide a wireless sensor (similar to that sold by Virtusphere, Inc.) that detects motion in the vertical plane (jumping and crouching) which is mountable to the HMD and provides output compatible with the VRPN server software. 3. Must be fully integrated and operational with Virtusphere. Digital 6DoF is delivered, installed and functioning properly. • Deliver VRPN middleware for OpenSim integration with Virtusphere system. VRPN middleware for AAVP delivered on CD/DVD with install files which fully operate with Virtuspheres. • Deliver VRPN middleware for AAVP integration with Virtusphere system. VRPN middleware for OpenSim delivered on CD/DVD with install files which fully operate with Virtuspheres. • Deliver VRPN middleware for Unity 3D integration with Virtusphere system. VRPN middleware for Unity 3D delivered on CD/DVD with intall files which fully operate with Virtuspheres. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding on the Government. Any updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities homepage at www.fbo.gov, as available. The North American Industry Classification System (NAICS) code is 339932. Dependent upon responses to this Intent to Sole Source announcement, it is anticipated that a firm fixed price contract may be solicited. INTERESTED AND QUALIFIED SOURCES ARE REQUESTED TO PROVIDE CURRENT CAPABILITY THAT DEMONSTRATES YOUR COMPANY'S ABILITY TO MEET THE ABOVE REQUIREMENT. Also, provide the following information: Company name, point of contact, e-mail address, telephone and fax numbers, type of business and size, Cage Code and DUNS number. Respondents are asked to limit submissions to the minimum number of pages necessary to address the requirements specified in this announcement. Any information provided is voluntary. The sources sought is for INFORMATION AND PLANNING PURPOSES ONLY. This does not constitute a solicitation and is not to be construed as a commitment by the Government. The contractor needs to be registered in the DoD Central Contractor Registration (CCR). (Register via the CCR website http://www.ccr.gov), also be eligible to process invoices through Wide Area Workflow (WAWF)(Register via the WAWF website https://wawf.eb.mil), and be registered in the Online Representations and Certifications Application (ORCA)(Register via the ORCA website at http://www.orca.bpn.gov). Responses to this intent to sole source synopsis are requested no later than 9 September 2011 before 12:00pm CST. Direct questions to Austin Parker at 334-953-7835 or Rose Jordan at 334-953-6776. Fax responses are acceptable; fax to 334-953-3543 and to 334-953-2856. Please send electronic responses to austin.parker@maxwell.af.mil and rose.jordan@maxwell.af.mil in PDF or Microsoft Word Format. Written responses can be mailed to: 42nd Contracting Squadron, Attn: Rose Jordan, Contracting Officer, 50 LeMay Plaza South, Maxwell AFB, AL 36112-5948.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHD91203A001/listing.html)
 
Place of Performance
Address: Maxwell AFB, AL, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02558980-W 20110903/110902102001-b9745506f8b0cdcda1eebf029c958192 (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.