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