Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1997 PSA#1897

U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001

66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL RFQ70322 DUE 082197 POC Sandra Y. Carr, Contract Specialist, (202) 324-5821 This 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. The announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-46. This solicitation is being issued as a Request for Quotation (RFQ)70322. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. The Standard Industrial Classification is 3559, and the Business Size Standard is 500 employees. This will be a Firm-Fixed price contract. The Government intends to solicit and negotiate the contract action on a sole source basis with Davro Optical Systems, Inc., 500 N. Cannon Ave, Lansdale, PA 19446-1816. The FBI is responsible for providing special investigations and special operation tasks, by purchasing the lens this would give SOU a enhanced system for the existing equipment already on-board. The requirement consists of the following; Optical: lens design -- Maksutov Cassegrain, clear aperture- 200 m.m. (8 inches), focal length- zoom -- 530 m.m. to 4000 m.m., geometrical f ratio -- f/2.65 thru f/20, resolution -- (diffraction limited), material -- primary mirror pyrex, corrector lens -- BK-7, focusing lens -- BK-7, coatings -- all reflective surfaces -- enhanced aluminum and all air-glass surfaces -- AR -- with MgF2; Mechanical: mechanical construction -- aluminum, ruggedized to withstand minimum of 10 G's Shockload, common mounting plate provided to support both the optical system and the camera, camera platform provided to establish proper alignment between camera and the optical axis, window to protect lens (field replaceable), full aperture window (8,000 inch. min), material -- BK-7 glass, anti-refection coatings both sides -- MgF2 and finish -- all exterior surfaces to be painted with Sherwin-Williams F63-W12 linear white polane; Remotely Controlled Focus: provide focusing range of 1000 ft. To infinity, actuation by microprocessor controlled serve motor, limit stops-servo axis is under redundant software and hard wired limit switch control to prevent over-travel, focus setting and focus direction (near or far) controlled by switch closure and serial communications port available for control and data read-out if elected; Filtering: matched sets of counter rotating neutral density filter wheels provide even attenuation across video format without altering geometric f ratio, continuously variable density range of N.D. 0.0. (Clear) to N.D. 4.0 (0.01% transmission), boresight maintained through full range of attenuation, limit stops -- mechanism stops via limit switch signal at full clear and maximum density to prevent over-travel, manual control by switch closure, drive requirements of mechanism are compatible with most auto-irismodules that read p-p video level and serial communications port level control available with auto/manual mode select if auto-iris option elected; Illuminated Projected Reticle: reticle projection system defines the optical axis and remains fixed and stable relative to the optical ray-path, reticle lamp- 24v, reticle pattern will only appear when selectively activated by operator and reticle pattern to be agreed upon at time of contract award; Zoom System: provide continuously variable zoom range from 530 m.m. focal length to 4000 m.m. focal length with concomitant f ratio change from f/2.65 to f/20, zoom function has dual servo axes under microprocessor control to provide full focal length range with no focus shift or boresight drift, limit stops- servo axes are under redundant software and hard wired limit switch control to prevent over-travel, manual actuation of zoom function is enabled by switch closure signals and mechanism can be sequenced incrementally or continuously and serial communications port available for control and dat readout it elected; Purge System: system is sealed against dust and moisture, purge ports are provided in the event moisture forms on any of the internal optical surfaces, system pressurized with Nitrogen, or if a dry air source can be provided by customer, a pressure regulator is included to determine proper operating range, pressure gauge included and safety relief valve also included; Serial Communications Port Level Protocol/Command Set: general;baud rate 9600; data size; 8 bit ASCII (D7=0); parity; RS-422 (differential line) and Handshake; none, the lens command language consists of a minimum of two ASCII characters terminated with a carriage return, and is mnemonic in composition. The lens will respond to input commands by an acknowledge or unrecognized command signal. The acknowledge will be followed by the desired mechanical sequence (ie, change focus, zoom position, etc.) All responses from the lens will be ASCII characters termined with a carriage return and if position data is required on the focus or zoom setting, the appropriate axis may be polled. The lens will output the desired information as a string of 6 ASCII hex digits followed by a (cr). This allows very precise data to be generated on focus distance and actual focal length settings of the lens during use; Lens Power Requirements: lens requires 24V., D.C. (+/ -- 2v) at minimum 5 A, to allow multiple functions to sequence simultaneously, supply to lens powers microprocessor, and should be free of voltage spikes or dropouts to the extent practical; Remotely Controlled Lens Cover: motor driven lens cap mounted on barrel, when closed, front of telescope is sealed against dust or moisture via "O" ring seal, drive motor -- 24V., D.C., 1.2 amp maximum, signal to open or close lens cover originates at operator control panel when selectively activated by operator and lens cover control may be integrated into serial communication port level control if option elected; Spectral Filters: remotely operated four port filter wheel, filter values selected by customer, boresight at all four ports maintained to within 2 arc seconds, any shift is repeatable and could be modeled, drive motor -- 24v., D.C. -- 100 (ma) maximum and port selection is via switch closures. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capability to respond to the requirement or submit bids. This notice of intent is not a request for competitive bids. However, all bids received within (15) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to complete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Davro is the sole supplier of Optical Lens-Mode#DOS-Z200-530/4000-AP -- Warranty Period one year after acceptance -- FOB-Destination -- Quantico, VA -- All bids shall be submitted to the address listed above no later than 4:00p.m. DST, August 21, 1997,and be clearly marked with RFQ #70322. The Point of Contact for all information is Ms. Sandra Y. Carr, Contract Specialist, at the address and phone number listed above. Also, all potential bidders are hereby notified that due to security requirements, Federal Express, D.H.L., UPS, ETC., Deliveries for the FBI Headquarters facility are not received at an off-site location. Therefore, the normal response time of 15 days has been extended to 20 days. The FBI has allowed (5) extra days from the release of this CBD synopsis/solicitation for receipt of a bid. Bidders are hereby notified that if you bid is not received by the date/time and at the location specified in this announcement, it will be considered late/non responsive. The award will be made to the responsive, responsible offeror submitting the lowest priced technically acceptable offer and meeting all terms and condition set forth in this solicitation. Each offeror shall include a completed copy of the FAR provisions at 52.212-1 Instructions to Offerors -- Commercial Items (October 1995); clause FAR 52.212-2 Evaluation -- Commercial Items (October 1995); clause FAR 52.212.3 Offeror Representation and Certifications -- commercial Item (June 1996); clause FAR 52.212.4 Contract Terms and Conditions -- Commercial Item (August 1996) is incorporated by reference and apply to this acquisition. Fax proposals will be accepted at (202) 324-8031, proposals must state name, address and solicitation number. A technically acceptable proposal must clearly show that the offeror can meet the minimum requirement of the Government. Award to be made within one week after closing. (0205)

Loren Data Corp. http://www.ld.com (SYN# 0441 19970729\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page