Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2005 FBO #1285
SOLICITATION NOTICE

67 -- FLIGHT FOLLOWER SYSTEM

Notice Date
6/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-05-T-0619
 
Response Due
6/15/2005
 
Archive Date
8/14/2005
 
Small Business Set-Aside
N/A
 
Description
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 acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0619. This solicitation document and incorporated provisions and clau ses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 333314 and the Business Size Standard is 500. The contractor shall provide the following : QTY 1. Flig ht Follower System for tracking projectiles in free flight,with the following: including the Servo Motor with Mirror in environmental housing, controller unit,trigger interface unit, control computer with software for standard tracking, software for acell eration tracking of rockets and decelleration, drag, retardation 150 meter control cable on reel, manual on disk, power cords. Future Combat Systems testing requires the capability to track and image projectiles (both threat and countermunition) from muz zle, throughout the flight,to impact. The tracking must be continuous. If multiple projectiles are fired, a tracking system is required for each one. The requestor does not have sufficient flight follower systems to meet this requirement. Under the cur rent system the army has to use multiple fixed camera systems placed along the flight path, is not at the exact same point every time there is a high probability of not having coverage resulting in no data. It is not practical to line the entire trajector y with fixed cameras as the distance is sometime tens to hundreds to meters long. The requested flight follower system will give customers a single continuous visual recording from muzzle through the majority of the flight path, as opposed to multiple ind ivid ual cameras trying to cover the same field of view. In some tests the entire flight path from point of firing through impact will be possible. The acquisition and capability of a flight follow system will replace multiple high-speed camera assets an d provide complete image coverage to the test. The requested flight follower must be capable of a tracking angle of 100 degrees total with 90 degrees of tracking and accuracy better than 0 .5 degrees. The system must be able to communicate over long dist ances via RS-2 32/RS-485 protocols. Trigger input into the system must be able to support a positive or negative edge 5 volt TTL pulse . The system must be able to support mirror scan ratios between 4-40 (projectile velocity/stand off distance). System software must have the capability to enter user-defined velocity profile inputs and built in drag correction and trigger delay inputs. The hardware must be able to accommodate the various high-speed camera systems that ATC own, in particul ar the Redlake HG 100K and the Vision Research Phantom 7 cameras. ATC currently has a DRS Flight Follower system and the new procurement needs to be compatible with the existing government owned system. The new system must be able to work in tand em to capture imaging d ata on the same test, involving two projectiles or threats, consistency of operation, imaging cap abilities and data quality are critical. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21001. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Co mmerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies t o this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Techn ical and past performance, when combined are significantly more important than cost or price. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other fac tors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Rep resentation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns 15 U.S.C. 637 (d)(2) and (3); FAR 52.219-14 Limitations on Subc ontracting (DEC 1996) 15 U.S.C. 637(a)(14); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Di sabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era ( 38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executiv e Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Pr eference for Certain Domestic Commodities, 252.225-7015 Preference fo Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax June 15 2005 no later than 3:30 PM EST at the US Army Contracting Ag ency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CC R by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)306-3717, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00819308-W 20050603/050601212205 (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.