Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144

U.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