Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2005 FBO #1193
SOLICITATION NOTICE

70 -- Computer Generated Paper Target Program

Notice Date
3/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-05-Q-0024
 
Response Due
3/25/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001. Target Maker. The Paper Target Maker System shall meet the following criteria: a) Random Face Creation; b) Edit faces by clicking and dragging; c) Age Morphing; d) Race Morphing; e) Gender Morphing; f) Detailed Skin Textures; g) Animatable. Features of the Proposed System include the following: a) 2D Projections of 3D Characters Able to be Printed on Large Format Paper; b) Poseable, Orientable Characters; c) Ability to Place More Than One Person On a Target; d) Ability to Accessorize (i.e., weapons, drinks, etc.); e) Ability to Generate Random, But Specialized Targets; f) Models should have as much visual realism, as possible; g) Parameters should include gender, ethnicity, age, stature, skin color, some body scale, facial features, facial expression; h) Printouts must be compatible with scoring system; I) Texture maps start from pictures of the faces of real people, but need to be segmented, transformed, and combined to thoroughly obscure identity; j) Visual detail in the face is more important than the rest of the figure; k) User interface should stress usability and ease of selection, i.e., constrain certain dimensions, generate a set of random individuals within the selected constraints, edit the proposed set, modify individuals, print images. l) GUI basis should be compatible with Excel or a Web browser. The schedule of work shall include the following: a) Creation of a sample figure to ensure the look is suitable; b) Enumeration of the parameters and dimensionally of the parameters; c) Study on the type of user interface that would be best for this application; d) Construction of base face/figure/body parts/textures for each of the parameters; e) Creation of software to seamlessly combine parameters; f) Creation of a GUI (graphics user interface) or other interface to allow a naise user to construct targets, including randomization and/or parameter specification; g) A mechanism or GUI to allow a user to mark the scoring zones on the figure. This process can be automated; h) A mechanism or GUI to allow a user to mark the scoring zones on the figure. This process can be automated; I) An interface to change the pose and accessories of a figure and place more than one figure on a target; j) An interface to set the camera position and then ensure the target adheres to the settings necessary for scoring system; k) Rendering and output to a large scale printer/plotter; l) Suitable interface and output to the scoring system; l) Usability trials to ensure the system fulfills the need; m) All source code written shall be delivered with the product; n) The system?s databases should be extensive to new body feature samples should subsequent needs arise. The government shall not be dependent on the vendor for these extensions, though code modifications may require additional consultation. Should industry have any questions, contact Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be on company letterhead in company format and must be sent to the attention of Christine Anderson either by fax (757) 492-7954, email canderson@mail.nswdg.navy.mil or United States Postal mail addressed to NSWDG, Attn: Christine Anderson, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 by 12:00pm Eastern Standard Time (EST) on 9 February 2005. Proposals received after this timeframe shall not be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on past performance and price. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Technical capability shall be evaluated by how well the proposed supplies meet the Government requirement following evaluation of past performance and price. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. This Request for Quote (RFQ) H92244-05-Q-0020 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 effective 28 December 2004. North American Industrial Classification Code (NAICS) 488190, size standard 500 employees applies to this procurement. Period of Performance is specified within each CLIN. The DPAS rating for this procurement is DO. FBO Point: Origin. The following provisions and clauses apply to this procurement: FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995); FAR 52.204-7 Central Contractor Registration (Oct 2003); FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); The following factors shall be used to evaluate offers: Technical Competence, Past Performance and Price. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Past Performance Information submitted shall not exceed three (3) fiscal years. Technical and past performance when combined weighs more heavily than price; FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005). A copy of the Representations and Certifications can be viewed and downloaded at: http://www.arnet.gov/far/; FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2005); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans; Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); DFARS 252.212-7000 Offeror Representations and Certifications (Nov 1995). A copy of the Representations and Certifications can be viewed and downloaded at: http://www.arnet.gov/far. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) shall be submitted with vendor proposal; DFARS 25.225-7012 Preference for Certain Domestic Quantities (Jun 2004); DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002); DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Should industry have any questions, contact Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be on company letterhead in company format and must be sent to the attention of Christine Anderson either by fax (757) 492-7954, email canderson@mail.nswdg.navy.mil or United States Postal Mail to NSWDG, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 by 25 March 2005 at 4:00pm Eastern Standard Time (EST). Proposals received after this timeframe shall not be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price, technical competence and past performance. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Technical and past performance when combined weighs more heavily than price. Vendors must be registered in Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00760600-W 20050303/050301212603 (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.