|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1998 PSA#2233General Services Administration, Acquisition Services Division, 1301
Clay Street, Suite 280S, MB 45, Oakland, CA 94612 D -- SOFTWARE BASED VIDEO TRACKING SYSTEM SOL 9T8T024A DUE 120498 POC
Mr. Paul Martin, (510) 637-3884 E-MAIL: paul.martin@gsa.gov,
paul.martin@gsa.gov. The General Services Administration, Federal
Technology Service, intends to issue a combined synopsis/solicitation
for commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) subpart 12.6, as supplemented
with additional information included in this notice. Requirement is in
support of the US Marine Program located in Fallbrook, CA. This
announcement constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued. Task ID No.
9T8T024A is issued as a Request for Quotation (RFQ). Proposal is for a
stand alone software-based video tracking system. System will consist
of an infrared camera mounted on a remote controlled pan and tilt
unit. System control will be via an IBM compatible PC containing all
software and interfaces necessary to control the pan/tilt unit and
process the video returned from the camera. In addition, there will be
a video recorder and monitor to record and display the camera video.
Proposals shall include all costs associated with the procurement of
the video target tracking system, delivery, and on-site
(MCPD-Fallbrook, CA) set-up and training. PERFORMANCE REQUIREMENTS: (1)
General: The system shall be capable of tracking shoulder or vehicle
launched anti-armor or air defense missile systems from launch to the
target at velocities up to 850 meters per second. Anti-armor missiles
must be tracked in direct or top attack mode. Direct attack anti-armor
missiles may be wire guided and travel less than 3 meters off of the
ground to a maximum of 4 kilometers. The top attack anti-armor missiles
will initially fly an upward trajectory up to 70 degrees from the
horizontal then descend to the surface target up to 2500 meters away.
Air defense missile systems are ground launched and must be tracked up
to 5 kilometers from the launcher. The missiles may be launched in any
direction within a 45 degree area of azimuth, and fly rapidly changing
arc patterns to the target. (2) Launch Intervals: The system shall be
able to track ground launched air defense missiles launched at 30
second intervals from the launch site. (3) Upgrade capability: Tracking
system upgrades: All tracking shall be software based. Upgrades for
tracking shall involve software changes only. (4) Hardware upgrade
capability: The system shall be able to interface existing optional
upgrade hardware components that provide accurate miss distance for
when the missiles do not hit the target, and velocity, range, and
trajectory information. The optional system upgrade must be
demonstrable and provide miss distance accurate to within 1 meter at a
range of 2.5 kilometers and range and trajectory plots accurate to
within 1 meter at a range of 1 kilometer. MOBILITY: The system shall be
capable of being disassembled into major parts that can be easily
protected and transported. Shock resistant cases will be provided to
protect equipment during storage and transport. Assembly/disassembly
shall be accomplished using ordinary hand tools. Assembly/disassembly
must be able to be accomplished by government technicians at various
sites worldwide. All wiring that has to be disconnected prior to
transportation shall have a quick disconnect/connect feature. PAN AND
TILT UNIT REQUIREMENTS: (1) Tracking Rates: The pan and tilt unit
supporting the video camera must be capable in both axes of an angular
acceleration of 90 deg/secsand angular velocity of 90 deg/sec. (2)
Capacity: The pan and tilt unit will be capable of supporting camera
and environmental enclosure with a combined weight up to 75 pounds. (3)
Cabling: The video and pan/tilt cables will be of sufficient length to
locate the camera mount 200 feet from the controlling PC. (4)
Repeatability: Static repeatability of pan/tilt positioning must be at
least 0.005 degrees. (5) Interface: The serial interface between the
computer (PC) and the pan/tilt unit will be type RS422. (6) Mounting:
A tripod will be supplied capable of supporting the pan/tilt unit and
the camera/enclosure units. COMPUTER HARDWARE MINIMUM REQUIREMENTS: (1)
Enclosure: The chassis enclosing the computer will be capable of being
installed in an industry standard E.I.A. type rack. (2) Processor: The
processor will be a 200 MHz Pentium or equivalent at a minimum. (3)
Memory: The computer will have a minimum of 16 MB of RAM. (4) Storage:
The computer will contain a hard drive whose capacity is at least 1.6
GB. (5) Monitor: The monitor will be a 9" SVGA and built into the
computer enclosure. (6) Keyboard: The keyboard will be PC compatible
and configured to mount in a standard E.I.A. equipment rack. (7)
Software: The computer will contain all the necessary software and
appropriate operating system to control the equipment and process the
tracking data. CAMERA REQUIREMENTS: (1) Resolution: The camera shall
have a minimum resolution of 801 x 512 pixels. (2) Detectable
Wavelength Bands: Able to detect in the 1.2 mm to 5.9 mm and 4.0 mm to
5.9 mm bands. (3) Lenses: The camera shall come equipped with a 50mm
lens and a 100mm lens. (4) Video output: The video outputshall be
serially digitized in RS-170 and RS-422 formats. (5) Sensitivity: The
noise equivalent temperature difference, (NETD) shall be less than 0.08
C (blackbody at 27 C using 50 mm lens). (6) Control: Remote control of
camera functions via an RS-232 interface. ACCESSORIES/ADDITIONAL
REQUIREMENTS: Monitor: 14" RGB high resolution video monitor. Video
Cassette Recorder: Rack mountable, SVHS video recorder. Power
requirements: The system will be able to operate from 120 V, 60 Hz
input power. All power extension cabling shall be provided to operate
the system from a single power source. Installation: On site
installation at MCPD facility, Fallbrook, CA. Warranty/Spare parts: All
system parts shall be guaranteed to be free of manufacturing defects
for a period of one year. Service Contract: Software upgrade service
and extended warranty available. Operator training/ users manual:
Training shall be provided by vendor at customer specified location. A
user's manual shall be provided which covers basic powering-up,
operating, and powering-down instructions, along with provisioning
information on critical components. All responsible sources solicited
may submit a quotation which will be considered. The provision at FAR
52.212-1, Instructions to Offerors, applies to this acquisition.
Offerors shall include a completed copy of the provision at FAR
52.212-3, Offeror Representations and Certifications-Commercial Items,
with its offer. FAR 52.212-4, Contract terms and Conditions-Commercial
Items, and FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items, are applied to
this acquisition. The government will award a contract resulting from
this RFQ to the responsible offeror whose offer conforming to this
notice will be most advantageous, representing the best value to the
government price and other factors considered. The following factors
shall be used to evaluate offers: (1) Technical: technical capability
of the item offered to meet the government requirements, (2) delivery
terms and (3) Price. Type of Contract: A firm-fixed price contract
shall be awarded. Other conditions before award: (1) Awardee must
register in IT Solutions Shop at http://it-solutions.gsa.gov; (2)
Acceptance of shipments and Invoices to Finance-Ft. Worth shall match
invoice amounts submitted in IT-Solutions Shop by the Contractor. Quote
shall be e-mailed to the Contracting Officer at paul.martin@gsa.gov or
by fax at (510) 637-3869 on or before 4:00pm December 4, 1998. Contact
Mr. Paul Martin, Contracting Officer, at (510) 637-3884. Technical
questions may be e-mailed to the GSA/ITM at art.duggan@gsa.gov. Posted
11/30/98 (W-SN275444). (0334) Loren Data Corp. http://www.ld.com (SYN# 0007 19981202\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|