|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 66 -- MOTION ANALYSIS SYSTEM SOL N00178-00-R-1037
(SYNOPSIS/SOLICITATION) DUE 051900 POC Karen D. Lenox, Contract
Specialist or G. R. Vaughan, Contracting Officer on (540) 653-7478 WEB:
NSWCDD Dahlgren Laboratory Procurement Division,
http://www.nswc.navy.mil/supply. E-MAIL: Questions concerning
Synopsis/Solicitation N00178-00-R-1037, sd11@nswc.navy.mil. This
requirement is for a Firm Fixed-Price contract for the acquisition of
a motion data analysis system with the option for a 35mm color film
scanner. 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; proposals are being
requested and a written solicitation will not be issued. This is a
Request for Proposals (RFP); the solicitation number is
N00178-00-R-1037. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-16. This item will be acquired through full and open competition.
The associated standard industrial classification code is 3829; the
Small Business Size Standard is 500 employees. The contractor shall
provide: CLIN 0001 Motion Data Analysis System, 1 each; Option CLIN
0002 (if exercised) 35mm Color Film Scanner, 1 each OPTION EXERCISE
PERIOD: The option for CLIN 0002 may be exercised anytime within 180
days after award of CLIN 0001. DESCRIPTION: This data analysis system
shall include a processing workstation providing hardware and software
to support analog image capture from external video source including
camera, film scanner or SVHS recorder, digital image capture, review
and edit, motion analysis, tabulation and plotting results, report
generation, digital image archiving. This system shall have feature
recognition tools to include contrast points, quadrant targets and user
customizable templates and be able to track a minimum of 95
automatically. The system shall have multiple image windows with zoom
capabilities and motion plane definition. Software shall include 2D and
3D tracking and analysis capabilities. The system shall be able to view
and analyze images (including spin rate analysis) produced by existing
Government property which includes Kodak/Roper HG-TX high speed
digital cameras as well as the Hadland cameras (i.e. The system shall
be compatible with Image Express Software). The system workstation
shall include the following: a minimum of a Pentium II Processor; CD-RW
CD Writer-Rewriter Drive; 20" high resolution monitor; S-VHS VCR;
Electronic control of video switching; VCR Deck control software;
Microsoft Windows NT 4.0 Operating System; Film scanner control
software; Camera Control Software; Image Express compatible Standard
Software Bundle; 2D and 3D Motion Analysis Software; 3D Static Point
Measurement Software; Software to convert 16mm split frames (digital
images) to continuous non-split frame "movie sequence; Software for
fragmentation test, to collect points from several camera views and
generates a "porcupine" plot of the radial fragmentation dispersion
pattern. 16mm Film Scanner (640x480 pixels color), pin registered film
transport, interchangeable to 35mm format; Application software for
film scanner control, to operate film scanner from the workstation
console. Capture functions shall include: full control of the film
scanner operation including on-screen reviews and automated sequence
capture and storage; full control of the S-VHS VCR deck and electronic
control of the associated video switching; and full control of the
Roper Digital imager including set up, ready and trigger conditioning,
automated download, transmission and multi-threaded format conversion.
Review functions shall include: simultaneous display and
synchronization of multiple images sequences; a 32x-zoom window for
detailed analysis and point position verification; a full set of image
filtering and processing routines to adjust brightness, contrast,
white balance, interlaced field settings, mirror image, edge
enhancement, median noise reduction, mean noise reduction, frame
differencing, invert and bayer color correction; simultaneous display
and synchronization of multiple data derived from tracked point
kinematics or imported sensor data; plot data conversion to tabular
formats for review and export to other programs. Motion analysis
functions shallinclude: 2D motion analysis including automatic point
detection and tracking of positive and negative contrast points,
quadrant targets and user defined feature match points; automatic point
tracking to approximately 1/3 pixel accuracy; calibration from user
defined motion planes including offset and skewed planes; user
controllable track coasting during point obscurations; auto-tracker
manual override and editing; angle of rotation and rotational
velocities can be determined from a single quadrant target; 3D
multi-camera view motion analysis including automatic point detection
and tracking of positive and negative contrast points and quadrant
targets; 3D processing of from two to nine camera views; automated
multi-camera 3D calibration with auto prompt user guidance; 3D
calibration can use standard or user defined calibration fixtures;
automated bar coded data decoding for automatic transfer of calibration
data; 3D analysis includes both 3D-motion tracking and 3D static point
measurement; 3D "world view" plot is generated from the 3D track data.
The 3D Motion Analysis software shall provide auto detection of bomb
fragments appearing over time during an arena test, fragmentation data
from several cameras integrated into a single data set, and 3D plot
which reveals fragmentation geometry. The offeror shall include in the
proposed price User's Manuals, system training and set-up. The
Optional 35mm Color Scanner shall have pin registered film transport.
WARRANTY Offerors shall offeror the Government at least the same
warranty terms, including offers of extended warranties, offered to the
general public in customary commercial practice. The warranty shall be
of a minimum duration of 1 year from date of acceptance by the
Government. DELIVERY: All deliveries shall be inspected and accepted at
the point of destination. The system shall be delivered FOB Destination
to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren
Road, Dahlgren, VA 22448-5100, Attn: Code G63 no less than 120 days
after contract award. INSTRUCTIONS -- The provision at 52.212-1,
Instructions to Offerors Commercial applies to this acquisition.
Addenda to far 52.212-1 Instructions to Offerors- Commercial Items: In
order to maximize efficiency and minimize the time for proposal and
capability evaluation, it is requested that the offeror submit a
proposal in accordance with the format and content specified. The
original shall be clearly identified as "ORIGINAL" and bear original
signatures. The copies shall be complete and clearly identified as
"COPY". The offeror shall enter, in the block with its name and address
on the cover page of its offer, the annotation "DUNS" followed by the
DUNS number that identifies the offeror's name and address. The offeror
shall provide documentation that shows their current active
registration in the Central Contractor Registration (CCR). Lack of
registration in the CCR database will make an offeror ineligible for
award. The offeror shall demonstrate their technical understanding of
the requirements of this contract by submitting information which may
include but not be limited to existing product literature, brochures,
etc. that offers a product which will best meet the need's of the
Government. This information shall provide complete specifications of
the proposed system which will allow the Government to make this
determination. A copy of commercial warranty provisions shall also be
provided. PAST PERFORMANCE -- Each offeror shall provide points of
contact of the last three sales for which they have provided the same
or similar equipment. The references provided shall be in the following
format: 1. Reference Organizational Name; 2. Point of Contact
Contracting and Technical; 3. Point of Contact Address and Phone
Numbers; 4. Type of Contract; 5. Dollar Value of Contract; and 6.
Performance Period. Each point of contact will be asked to rate the
quality of the product, timeliness of delivery and customer service.
PRICE PROPOSAL -- The Price Proposal shall reflect the following
information as a minimum: (a) A copy of the current catalog or
established price list for the articles covered by the offer, or
information where the established price may be found. (b) A statement
that such catalog or established price list: (1) is regularly
maintained. (2) is published or otherwise available for inspection by
customers. (3) states the prices at which sales are currently made to
a number of buyers. (c) A statement that such articles are commercial
items sold in substantial quantities to the general public, at the
prices listed in the above-mentioned catalog or established price list.
(d) A statement that the quoted prices, including consideration of any
discount or rebate arrangement, do not exceed prices charged the
offeror's most favored customer for like items in similar quantities
under comparable conditions. (e) The offeror is requested to submit the
following pricing information on the three most recent sales of the
items being procured or similar items: date of sale; quantity; unit
price; customer contract no.; customer name/phone number. Where the
pricing information furnished is on similar items, the offeror shall
indicate the differences. Pricing information furnished should be as
current as possible, and should be on quantities similar to this
solicitation. EVALUATION -- The provision at 52.212-2, Evaluation-
Commercial items, is applicable and the following evaluation criteria
is to be included in paragraph (a). The following factors shall be used
to evaluate offers: Technical capability of the item offered to meet
the Government requirement. Areas to be considered are: number of
tracking points; speed and processing capability of the associated
workstation; capabilities of motion analysis software including the
number of cameras from which data can be combined and the plotting of
data; same-time analysis, and multi-window viewing of data/analyses;
length and coverage provided by manufacturer's warranty. Past
performance -- Offerors will be evaluated on quality of product;
timeliness of delivery; and customer service. Price is not considered
the most important evaluation factor. The importance of price will
increase with the degree of equality of the proposals in relation to
the remaining evaluation factors. Price may be the deciding selection
factor depending on whether a highly evaluated technical proposal
warrants the evaluated price difference. Offerors shall include a
completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror
Representations and Certifications- Commercial Items and, with its
offer. The clause at 52.212-4, Contract Terms and Conditions-
Commercial Items, applies to this acquisition. The clauses at 52.212-5
and 252.232-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Commercial Items (Deviation) and, applies
to this acquisition. Offers are due no later than 2:00 p.m. EDT on 19
May 2000. Offers should be sent to the attention of Code SD11D,
Building 183, First Floor, Room 102, Naval Surface Warfare Center,
Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448/Phone (540)
653-7478/FAX (540) 653-7088/E-mail sd11@nswc.navy.mil. Posted 05/01/00
(W-SN449988). (0122) Loren Data Corp. http://www.ld.com (SYN# 0211 20000503\66-0003.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|