Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2013 FBO #4309
SOLICITATION NOTICE

59 -- HELMET-MOUNTED DISPLAY KIT

Notice Date
9/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA13478224Q
 
Response Due
9/24/2013
 
Archive Date
9/9/2014
 
Point of Contact
Brett L Vu, Contract Specialist, Phone 650-604-0911, Fax 650-604-3020, Email brett.vu@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Brett L Vu
(brett.vu@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ). NASA/ARC has a requirement for quantity two (2) monocular, color, Helmet Mounted Display (HMD) Kits, which includes the display, helmet display mount, programmable symbol generator, head tracker, and all interconnecting cables. Two complete kits are to be purchased. The HMD will display critical flight information to the pilot as computer graphics, text, and terrain imagery. In particular, this HMD will be used to research better methods of presenting information to the pilot in Degraded Visual Environments. In order to accomplish the research, all displayed elements much be user-programmable by the staff at NASA-Ames Research Center. Since display software code is shared between government agencies, an industry standard coding scheme is highly desired (such as C++ with openGL library calls). Two complete HMD kits will be purchased, each kit will include the Helmet Mounted Display, helmet display mount, programmable symbol generator, head tracker, and all interconnecting cables. The display and display mount shall meet the following requirements: 1. Mount to an HGU-56P which is the current standard US Army helmet for helicopter use. 2. Color display of at least 550x550 resolution. 3. Sunlight readable with see-through optics. 4. Minimum field of view of 18 deg horiz. x 18 deg. vertical with no perceptible distortion. 5. Monocular (single eye). 6. Brightness adjustment and image roll adjustment (mechanical or electronic) by the pilot. 7. The display must work with or without ANVIS-6 night vision goggles.Alternatively, a separate day display and night display is acceptable, but both must be color. The head tracker shall meet the following requirements: 8. Measure the elevation, azimuth, and roll angles of the helmet to within 1/2 degrees. 9. Update the measurements at least 60 times per second. 10. Maximum delay of measurement of 25 msec. 11. Output the head angle to the programmable symbol generator. 12. Provide tools enabling the customer to perform installation-specific alignment or mapping of the head tracker unless this service will be provided as part of the purchase (for two separate installations). 13. Provide a bore-sight function to accommodate different pilots using the system. The programmable symbol generator shall meet the following requirements: 14. Generate the color image displayed to the pilot. 15. Input aircraft state data through both a 1553B data bus, and Ethernet. 16. Input terrain imagery video and overlay the graphics on top of the imagery. 17. Input head tracker data. 18. Output a duplicate of the pilots video for recording is highly desired. The vendor must also provide the following: 19. Qualification test documentation that the HMD kit meets specification. 20. Provide a users manual on how to use the system, and program the display generator. 21. Provide a one year guarantee of the kit functioning to specifications. 22. Deliver the system configured to display the input video upon power-up, without the graphics overlay. Enable the user to overlay graphics at a later date. 23. Total firm fixed price of two kits shall not exceed $200,000 total, which is the Government estimated price for this purchase. The NAICS Code and the small business size standard for this procurement are 336413 and 1,000 employees, respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery is required to NASA Ames Research Center, Moffett Field, CA 94035-0001. Delivery shall be FOB Destination. Offers for the items described above are due by 4:00PM Pacific Time on September 24, 2013 to brett.vu@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end products offered are other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (JUL 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEPT 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable, with the following clauses to be incorporated into the purchase order: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013). 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013). 52.219-8, Utilization of Small Business Concerns (Jul 2013). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013). 52.222-3, Convict Labor (June 2003). 52.222-19, Child LaborCooperation with Authorities and Remedies (Mar 2012.) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007). 52.222-35, Equal Opportunity for Veterans (Sep 2010). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010). 52.222-37, Employment Reports on Veterans (SEP 2010). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010). 52.222-50, Combating Trafficking in Persons (Feb 2009). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.225-1, Buy American ActSupplies (Feb 2009). 52.225-5, Trade Agreements (SEPT 2013). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (Jul 2013). 52.233-3, Protest After Award (AUG 1996). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). NFS 1852.223-72 Safety and Health (Short Form)(APRIL 2002). NFS 1852.225-70 Export Licenses (FEB 2000). NFS 1852.237-73 Release of Sensitive Information (JUN 2005). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. All contractual and technical questions must be in writing (e-mail) to brett.vu@nasa.gov not later than 1:00PM Pacific Time, September 16, 2013. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit and the extent the offered products meet the requirements and specifications above, firm fixed price, delivery schedule to NASA ARC, and past performance. Other critical requirements: Maintenance and Warranty shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). FAR 52.204-7 System for Award Management is applicable to this solicitation. Offerors must be currently registered in the System for Award Management (SAM) - (www.sam.gov), and have a current DUNS, CAGE code, and Annual Representations and Certifications viewable at the SAM website. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA13478224Q/listing.html)
 
Record
SN03179245-W 20130911/130909234718-66ce4a8da261635ffc8a7b51fb354eea (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.