|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 67 -- DIGITAL HIGH SPEED CAMERA SYSTEM SOL FO863798QX989 DUE 081798
POC ERROR -- Ron Baker (850)283-8619, Lawrence P. Kokocha, 1LT
(850)283-8661 E-MAIL: lawrence. kokocha@tyndall.af.mil,
RON.BAKER@TYNDALL.AF.MIL. The 325th Contracting Squadron at Tyndall AFB
FL intends to award a purchase order pursuant to FAR 12.6 for the
purchase of a Digital High Speed Camera System. 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; quotes are being requested and a written solicitation
will not be issued. The solicitation document, incorporated provisions,
and clauses are those in effect through the Federal Acquisition
Circular 97-04. This solicitation is 100% set aside for Small
Businesses in accordance with FAR Part 13 and 19. The Standard
Industrialization Code is 5043, size standard 100 employees. The
contractor shall provide the following: The following are mandatory
system requirements for the subject purchase: 1. SELF- CONTAINED HIGH
SPEED DIGITAL CAMERA, IMAGE PROCESSING, IMAGE ANALYSIS SYSTEM AS
FOLLOWS -- HIGH SPEED DIGITAL CAMERA: Sensor Must have 512H X 512W
image size capability; Anti-Blooming; Sample Rate Minimum of 1 -- 3000
pictures per second (PPS); Must have the capability to sample a
minimum of 500 pps with an aspect ratio of 512H X 512W, with 8 seconds
record time; Record Time Minimum of 8 seconds with minimum of 1Gig
image memory; Shutter Adjustable to a minimum of 50 micro seconds;
Aspect Ratio Adjustable 1) 512H X 512W; 2) 256H X 512W; 4) 128H X 512W;
8) 64H X 512W; 16) 32H X 512W; Time Annotation Internal as a minimum,
with the optional capability of GPS (GPS may be external); Triggering
Variable Pre/Post; Strobe Synchronization Mandatory. INTERGRATED IMAGE
PROCESSING TOOLS: Bright / contrast / gamma correction; Pseudo Color
Filter; Edge enhancement; Sharpen / smooth; File compression, and file
format conversion to tiff, bmp, pcx, tga, jtif; Continuous Recording
Capability; Synchronized Imaging; Signal Input Minimum Digital; with
analog optional; Image Histogram; Post processing Image Process Menu.
INTERGRATED ANALYSIS TOOLS: Set units, scaling; Create report files
compatible with spreadsheet programs such as Excel; Measure distance
and speed; Measure angles and angular speed; Collect data points;
Compute speed and accelerations; Save image capture set up files for
recall at later dates. 2. FLAT PANEL, TOUCH SCREEN, CONTROL MONITOR
SVGA capable of displaying a minimum of 800 X 600 resolution, 256
colors, with small fonts. 3. INTERNAL HARD DRIVE UPGRADES: Image memory
upgrades; CPU upgrades; Internal hard drive upgrades -- Minimum of 4
Gigabyte; 4. SOFTWARE UPGRADES: Windows 3.1 to Windows 95 or NT 5.0. 5.
Built in Ethernet Network Capability. 6. BUILT IN PCMCIA ADAPTER 6.
MOUNTING BOLT INSTRUMENT MOUNT. 7. ACCESSORIES CASE, KEYBOARD, TRACKPAD
POINTING DEVICE, 110/220V 12 VDC POWER SUPPLY, WITH INTERCONNECT
CABLES, AND MANUAL(S). 8. ENTIRE SYSTEM SHALL BE SELF-CONTAINED IN A
SINGLE RUGGED ENCLOSURE (CASE) WITH A MINIMUM SIZE OF: 8"H X 5.5"W X
11.5"L. Vender must provide warranty for the entire system to include
camera, computer, and associated hardware. This provides the lab with
a single source for field repairs. ON-SITE TRAINING REQUIRED. Please
acknowledge all requirements on quotations. The Government will award
a purchase order based on technical capability of the item offered to
meet the agency need, price, and past performance. FAR 52.212-1,
Instructions to Offerors-Commercial, applies to this acquisition with
the following: technical description of the items being offered in
sufficient detail to evaluate compliance with the requirements of the
solicitation (i.e. product literature), the terms of any expressed
warranty, price and any discounts, and delivery times. OFFERORS MUST
INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS.
FAR 52.212-4, Contract Terms and Conditions Commercial Items applies
to this acquisition. It is tailored as follows: subparagraph (c) is
changed to read: "Changes. Changes in the terms and conditions of this
contract may be made only by written agreement of the parties with the
exception of administrative changes such as changes in paying office,
appropriations data, etc., which may be changed unilaterally by the
Government." FAR52.232-33, Mandatory Information for Electronic Funds
Transfer Payment is required. FOB must be destination. The requested
delivery date is 28 AUG 98. FAR52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Order-Commercial Items
apply to this solicitation. All clauses may be accessed electronically
at http://farsite.hill.af.mil;. Prior to receiving any contract award
contractors must be registered in the Central Contract Registration
(CCR) in accordance with DFAR clause 252.204-7004 REQUIRED CENTRAL
CONRTACTOR REGISTRATION. If not already registered, you should
immediately register with CCR by calling 1-800-227-2423 or via the
Internet at http://ccr.edi.disa.mil. On-line registration with the CCR
is also available at the Small Business Administration Internet
address (www.sbaonline.sba.gov). Confirmation of CCR registration must
be obtained before award can be made. Quotes should reference RFQ No.
F08637-98-QX989. Quotes are due prior to 2:30 P.M. CST, on 17 AUG 98
to 325 CONS/LGCS ATTN: Ron Baker, 501 Illinois Ave., Suite 5, Tyndall
AFB FL 32403-5526. For more information contract Ron Baker at (850)
283- 8619 or Nell Matchkus at (850) 283-8620. You may also email
ron.baker@tyndall.af.mil. Posted 07/31/98 (W-SN231088). (0212) Loren Data Corp. http://www.ld.com (SYN# 0350 19980804\67-0002.SOL)
67 - Photographic Equipment Index Page
|
|