Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8, 2001 PSA #2910
SOLICITATIONS

67 -- DUAL IMAGE HIGH SPEED VIDEO PROCESSING SYSTEM

Notice Date
August 6, 2001
Contracting Office
Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-01-R-0129
Response Due
August 16, 2001
Point of Contact
Mr. Nick Robbins, Contract Specialist, 812-854-6698, FAX 812-854-5095 (Mr. S. Bingham, Contracting Officer)
E-Mail Address
Click here to contact the Contract Specialist via (robbins_n@crane.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number N00164-01-R-0129 is hereby issued as a Request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25 and 97-22 (correction) as well as DCN 20001213. The North American Industry Classification System (NAICS) Code for this procurement is 421410 and the size standard is 500 employees. This requirement is for the following: Dual Image High Speed Video Processing System at a quantity of 1EA. The Dual Image High Speed Video Processing System shall be a Photron Fastcam ULTIMA 40K (Kodak Extapro HS Motion Analyzer Model 4540 MX-1) or equal. The "Or Equal" Dual Image High Speed Video Processing System must comply with the following SALIENT CHARACTERISTICS: 1. Capabilities must include ability to capture multiple events and discern time interval and overall duration between events. 2. Each event will be the detonation of a warhead charge the 1st being a lesser detonation 3. Event capture duration classified, but in the Millisecond range 4. Duration between events also classified, but considered continuous. 5. Overall Capture time must not be less than 1.5 sec. 6. Frame rate for event capture not less than 20,000 frames per second (prefer Full frames) 7. Require no less than 5 frames of captured video per each event to show discernable progression of explosive events. 8. Frame resolution not less than 256 x 256 pxls 9. System must be remotely controlled and viewable, from a distance not greater than 6K meters. 10. System must be capable of remote viewing and download to permanent record storage device. 11. System must trigger with photo/sound/manual TTL trigger device. 12. Permanent record storage device must be compatible with our present video analysis system devices. " svhs /vhs , or 8mm tape 13. Video output must be NTSC/PAL/RS270 14. Digital output must be SCSI-2 including windows NT compatible image download software for PC 15. System must be man portable 16. System must be operable in desert and arctic conditions. 17. System must have current GPS time code displayed in recorded image. 18. Processor will operate in temperature controlled environment. 19. Camera will be external to climate control and must operate with its own environmental conditioning. 20. Camera will be operated up to 100 feet from processor. 21. Camera must be C mount adaptable to existing lens. 22. Camera must come complete with required lens and protective filters required for capturing repetitive bright light flashes. 23. System will include Camera protection from dust, debris and solar exposure. 24. Field of view for camera coverage will be from 300ft, a 20ft high X 50ft long area of coverage. 25. System must include tripod for camera support and articulation. 26. System must include environmental and shipping protective cases for all components. 27. Field portable Rack mount shipping cases desired for the main system components. 28. System cabling for external components will be on cable reels that have a travel case. 29. System power requirements will be minimized. (prefer 12vdc) will accept 115vac 60Hz Delivery is required F.O.B. NSWC Crane 47522 within 120 days after award. Final inspection will be at NSWC Crane, IN. Selection for award will be based on past performance and price. Past performance will be weighted more than price is evaluation criteria. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.203-3; 52.211-14 (DO X /DX); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33;); 52.215-05 (FAX # -- 812-854-5095); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed or e-mailed to, FAX 812-854-5095, Desk is 812-854-6698, or e-mail address robbins_n@crane.navy.mil . Complete mailing address is: Mr. Nick Robbins, Code 1162NF Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5011. All required information must be received on or before 2:00 P.M. on 16AUG01 Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
Web Link
Click here to review Crane Division Acquisition Department (http://www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20010808/67SOL001.HTM (W-218 SN50U155)

67 - Photographic Equipment Index  |  Issue Index |
Created on August 6, 2001 by Loren Data Corp. -- info@ld.com