|
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee
Blvd., Fort Eustis, VA 23604-5577 16 -- RUGGEDIZED 10.4" FLAT PANEL DISPLAY SOL USZA95-98-R-0037 DUE
082498 POC Shirley Powell, (757) 878-5223, X248 E-MAIL: Contract
Specialist's e-mail address, spowell@tapo.eustis.army.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation. A separate written solicitation will
not be issued. The intended source is BARCO Display Systems, 2558
Mountain Industrial Blvd., Tucker, GA 30084-3893. BARCO is the only
known manufacturer of a display, part number MPRD126, that meets all of
the Government's technical requirements, including, but not limited to:
screen size, system size and weight, and environmental and
electromagnetic interference qualification. Solicitation
USZA95-98-R-0037 is issued as a Request for Proposal (RFP). This RFP is
due by Aug 24, 1998 (2:00 PM). SIC Code: 3571. This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-02 and are found at the
following websites: HTTP://WWW.DESKBOOK.OSD.MIL or
HTTP://WWW.DTIC.MIL/CONTRACTS. Item Quantity: Twelve (12) Item
Description: 10.4" Flat Panel Display, Part No. MPRD126. The display
shall be a 10.4" diagonal (8.31 x 6.24) (W x H) SVGA (800 x 600) Thin
Film Transistor (TFT), Active Matrix Liquid Crystal Display (AMLCD)
with an aspect ratio of 4/3. The AMLCD and its associated backlight
shall be housed in separate assemblies to ensure that the replacement
of these units are independent of each other. A rear mounted serial
communication port shall be provided to access the status of the
display for Built-in-Test (BIT) and to allow the adjustment of the
display geometry, color, brightness, contrast, and phase. The interface
card to the AMLCD shall have provisions for OSD windows that can be
custom formatted for user defined text messages and be commanded for
display by the serial communication port independent of the information
on the graphics input of the display. Screen shall be capable of 6
bits/color, 262,144 colors, 64 Grey levels and viewing angles of +/-45
degr horizontally and +10 degr/-30 degr vertically. Minimum White
Surface Luminance of 500 nits (145FL). Dimming ratio of greater than
3000:1. Shall provide an LED fault indicator on the front of the unit,
output BIT information via a RS232 port, and have a built in test
image generator. The display shall accept: 1) composite sync on green,
2) external composite sync, or 3) external sync, H and V separate.
Unit will have automatic selection with the preference being 3 then 2
then 1. The unit will have a key to increase the brightness level and
a separate key to decrease the brightness level. The unit shall have
twelve (12) (6) per side) functional soft keys on the front panel. The
keys shall be backlit and dimmable from an external 28 VDC source and
be ANVIS B compatible. Unit shall have a green "power ON" indicator,
an amber "Overtemp" indicator, and a red "Fault" indicator. All
indicators shall be ANVIS B compatible. Unit shall operate on VDC
power. At temperatures below 0 degr C, the unit shall be usable after
a two (2) minute warm up and fully functional after a twenty (20)
minute warm up. Unit shall be qualified to: 1) EMI protection level of
200 V/M peak; 2) Operational at temperatures of -20 degr C (with
heater as specified for below 0 degr C) to +55 degr C; 3) Front panel
shall be drip proof; and 4) Operating altitudes up to 20,000 ft. All
connectors and cables shall be EMI shielded to meet MIL-STD-461C. Unit
shall not exceed 13.95" x 11.5" x 4.50". This includes all connectors
and the mounting plate. Unit shall weigh no more than 14.5 lbs. Bezel
and mounting flange shall be painted BLACK-RAL 9011. Required Delivery
Schedule: Initial six (6) units delivered four (4) months ARO and the
remaining six (6) units six (6) months ARO. FOB: Origin Inspection and
Acceptance will be performed at contractor site by Government
personnel. Ship to Address: Commander, 160th SOAR (A), 2901 Indiana
Ave., Building 2901, Fort Campbell, KY 42223. Mark For: C2 Console (Mr.
Eide). The provision at 52.212-1, Instructions to Offerors --
Commercial, applies to this acquisition. Offerors shall include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications -- Commercial Items with their offer. The Defense
Priorities and Allocations System (DPAS) is assigned a rating of DOA1.
Commerce Business Daily Number Note #22 applies to this notice.
Contact for further information: Shirley Powell, (757) 878-5223, X248
E-Mail: spowell@tapo.eustis.army.mil Posted 07/22/98 (W-SN226732).
(0203) Loren Data Corp. http://www.ld.com (SYN# 0239 19980724\16-0005.SOL)
16 - Aircraft Components and Accessories Index Page
|
|