Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2003 FBO #0399
SOLICITATION NOTICE

66 -- GALLIUM ARSENIDE INFRARED CAMERA

Notice Date
1/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/PKOP, 20 Schilling Circle, Bldg. 1305, 3rd. floor, Hanscom = AFB, MA 01731-2800
 
ZIP Code
01731-2800
 
Solicitation Number
F1GPL123540200
 
Archive Date
4/9/2003
 
Point of Contact
Weston Winegar, Contract Specialist, 781-377-6779
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 requirement is advertised as intent to award a Sole Source contract. = The NAICS Code for this synopsis/solicitation is 334516 (500 employees) Solicitation/Purchase Request number F1GPL123540200 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-07 effective 15 May 2002. = The Government intends to award one contract line item number (CLIN) for a Indium Gallium Arsenide (InGaAs) infrared camera with high speed data acquisition system (DAS), rackmount electronics, and = software development kit. The procurement for the Indium Gallium Arsenide = infrared camera is required to have the following specifications: Camera Head Specificaions - 1) Detector - Indium Gallium Arsenide (InGaAs), 2) Spectral Range - 0.9 - 1.7 microns, 3) Cold filter Bandpass - Not Required, 4) Resolution - 320 (H) x 256 (V) pixels, 5) Detector Size - = 30 mm x 30 mm, 6) Well Capacity - 170 K electrons high-gain, 3.5 M = electrons low-gain, 7) Integration Type - Snapshot, 8) Integration Time = (Electronic Shutter Speed) - 500nS to full frame time, 9) Sensor Assembly f/# - Set = by lens iris, 10) Sensor Cooling - Thermo-Electric (TEC) stabilization, = 11) Lens Mount - C-mount, 12) Power Dissipation - <10 Watts steady-state. ELECTRICAL INTERFACE (RACK MOUNTED) Digital Acquisition System (DAS): = 1) Analog Video - DAS furnishes digital video only, via a VGA window on the PC display, 2) Digital = Video - 14-bit parallel/LVDS, 3) Output Data Rate - 40. Mpixels/sec, 4) Record Time - Up to 10 seconds at full 40-Mpixel data rate, 5) Non-Uniformity Compensation (NUC) Tables - Limited by had drive size, 6) External Sync Inputs (TTL) - Frame sync in via BNC, 7) External Sync Outputs (TTL) - Frame Sync; integration valid via BNC, 8) External Sync I/O (RS-422) - Same as TTL plus clock out D-sub connector, 9) Camera Control - Via locally hosted user interface program on PC, 10) Power Dissipation - < = 200 Watts, 11) Input Power - 110/220 VAC. PERFORMANCE SPECIFICATIONS: 1) Performance Figure of Merit - Noise Equivalent Irradiance (NEI), 2) = Spec Performance - Low Gain: =A3 1E10 ph/cm2 x sec, High Gain: =A3 5E9 = ph/cm2 x sec, 3) Operability - > 99.5%, > 99.8% typical, 4) Dynamic Range - 14 bits, 5) Max Frame Rates with DAS Electronics (Fps =3D frames per sec) - 345 fps in full frame; 38 kHz in smallest window (2 X 128), 6) Max Frame rates with RTIE Electronics = (Fps =3D frames per sec) - 120 fps in full frame; 23 kHz in smallest window (2 X 64). PHYSICAL SPECIFICATIONS (Camera Head): 1) Size (L x W x H) - = 7.5' x 4.4" x 5.2", 2) Weight - 7 lbs., 3) Base Mounting - =BC" x 20' w/ guide = pin notch, 4) Thermal Management - Conductive & convective, 5) Temperature/Altitude Range Operational - -20 to + 71 =B0C, 0 - 40,000 feet, 6) Temperature/Altitude Range, Non-Operational - -55 to + 80 =B0C, 0 - = 70,000 feet, 7) Shock - 20g, 11mS sawtooth pulse, in any axis, 8) Vibration - = 6G RMS any axis, 8) Humidity - < 95% Relative Humidity. In accordance = with the specifications listed above, the request shall include the = following deliverable components: Camera Head with 320x256 Indium gallium = Arsenide (InGaAs) sensor on ISC9809 Readout Integrated Circuit, front-end = support electronics, and C-mount optical interface. Digital Acquisition System = (D AS) electronics consisting of a rack-mounted based data acquisition and camera control system. The DAS operates the camera in the 4-output = mode at 40MHz, with a maximum full window frame rate of 340 Hz. One = gigabyte of memory to provide 14-bit data from the camera head. Dynamic = windowing, flexible synchronization modes, and external triggering shall be provided. Also, pseudo real-time = analog video on the DAD PC monitor for focusing and aiming purposes. Disk = based non-uniformity compensation tables will be used to correct the data on = a post acquisition basis. Camera to include data acquisition and image processing software. Software must include full range of utilities for acquisition, processing, measurement, analysis, and image output and it must be compatible with Indigo Phoenix's version of Image Pro and Talon software. It is ideally suited to capture, study, manipulate, and = store camera images. Includes computer, monitor, 10' digital interface = cable, and frame grab board. A 10-foot cable is furnished that connects the = DAS to the camera head. Delivery shall be included. Quotations that do = not include prices for all Requirements will not be considered. The item = must be delivered no later than 21 days after contract award. Deliver to Hanscom AFB, MA. 01731. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors- Commercial, FAR 52.212-2, Evaluation -Commercial Items: Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, past performance, and price. Offerors are required to submit at least three recent = references for evaluation of past performance of same or similar services or = items. FAR 52-212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with = their proposal); FAR 52.212-4- Contract Terms and Conditions-Commercial = Items; FAR 52.212-5- Contract Terms and Conditions Required to Implement = Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply; FAR 52.219-19, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.232-33]. Also included = are DFARS 252.204-7004, 252.225-7002, and 252.212-7001, [in paragraph (b) = the following clause(s) apply: 252.225-7001]. FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ = . All offers are due no later than 3:00PM (Eastern Standard Time) 9 Jan = 03. Offers may be mailed to ESC/PKOP, ATTN: Weston Winegar, 20 Schilling Circle, Bldg 1305, 3rd Floor, Hanscom AFB, MA 01731-2800, emailed to weston.winegar@hanscom.af.mil, or faxed to (781) 377-4324 ATTN: = Weston Winegar. ADDITIONAL INFORMATION: Be advised that all interested = parties must be registered in the Central Contractor Registration (CCR) = Database in order to receive an award. If you are not registered you may = request an application at (888)227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00233689-W 20030105/030103213315 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.