SOLICITATION NOTICE
67 -- THERMAL IMAGER CAMER AND CCTV VIDEO CAMERA ENHANCEMENT
- Notice Date
- 6/1/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333315
— Photographic and Photocopying Equipment 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-0623
- Response Due
- 6/15/2005
- Archive Date
- 8/14/2005
- Small Business Set-Aside
- Total Small Business
- 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-0623. This solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 333315 and the Business Size Standard is 500. The contractor shall provide the following Qty 84 Ther mal Infrared Imager Camera System and Qty 84 camera Enhancement. These camera are needed to supportthe Biological Intergrated Detection System. The Item specification are as follows: DOD Compliance:BISS-IMG-27553 AMIL-STD-461D ISO9001Thermal infrared im aging camera sensor along with CCD live visual sensor (daytime color ccd, nighttime low light sensor, nighttime no light thermal) Operates on input voltage of 9-32 voltsSeparate, simultaneous NTSC video outputs for both thermal and visual signals.Supports a 100% duty cycle.MTBF 2400hrs. (non-continuous) 8400hrs.(continuous)Operating temperature -32? C to + 49?C Operates via hand controller. Turn-key SystemCamera Housing, including Pan and Tilt shall be finish 20.24, color Black 37030 per MIL-STD-171.All int ernal cabling must be 12 feet in length. Camera Head to Electronics Module main cable shall be as specified in drawings CAGE CODE: 81361, 5-15-31384 and 5-15-31385. All connectors must be Mil Spec (with exclusion of video cables).DOD Thermal Imager Certif ied Chamber Testing: MIL-C-46168 DExtremely rugged double-wall housing / double O ring sealsO-ring sealedOn-board thermostatically controlled temperature - mechanical and camera enclosureOn-board dryers and humidity monitoring indicators that are designed to last the life of the product.Designed such that any missing/loose enclosure hardware cannot compromise the environmental integrity of the enclosure. Height 15.75 inch .Width 13.5 inch Depth 7.5 inch Rotational Clearance Diameter 11 inchWeight (Camera w/ Pan and Tilt)21 lbs, Field of View1x=18 Hx13.5 V Optical, 2x=9 Hx6.75 V Digital, IR Polarity Switched White Hot/Black-Hot, Gain Switched Manual or Automatic, Level Switched Manual or Automatic, Focus Fixed, Variable Speed Selectable 5 Speeds, Auto Pan Selectable up to 179 Maximum, Zero Point Set (12:00 oclock) Selectable, Human detection range 1x=500 Meters 2x=750 Meters, Small 16 Vehicle or Small Boat Detection Range 1x=1000 Meters 2x=1500 Meters, Standard Video Interface NTSC, Time to operation less than or 60 seconds, Operating Temperature-32?C/-25?F to +49?C/+120?F, Maximum Storage Temperature-32?C/-25?F to +68?C/+155?F, Maximum Power Consumption7 Amps Start-Up, 9 Amps Full Max Run w/ Heaters, Normal Power Consumption 1.6Amps P&T Moving & Camera Op erating, Minimum Operating Consumption .5Amps Camera Only, Operating Voltage 9 to 32VDC, Maximum Current Requirement 16 Amps for several milliseconds, Package tegrity Camera Head and Main Cable/Outdoor Rated, Interface&Controller/Outdoors Sheltered), Pan Rate 36?/Second with 4 selectable variable (4?/Sec.) speeds starting at 20?/sec, Tilt Rate (Nominal) 8?/Second, Pan Travel 360? Continuous, Tilt Travel -16 to +40, Zero (12 oclock) position Selectable. Thermal Imager FPA hybrid un-cooled 320x240 digital detector electronics. Must have a digital sensor with 2x zoom feature set, .Detector must comply with image blemish standards of 0-zone1 1-zone2 2-zone3, This specs both covers FPA blemish and uncorrected pixels. Detector must have auto imaging and manua l settings (user selectable), All electronics are to be fully contained and sealed within 2 modules (camera and electronics) with double housing O rings. No ext ernal electronics other than these modules will be permitted due to stray voltage failure, thus all electronics must be chassis grounded. Long-wave 8-12 microns. Conforms to standards: EIA RS-170-57, EIA RS-232 E, EIA-RS-422-A-78, EIA-STD-485. CCD Vide o-Camera IR360CCD Integrated dual day/night color high-resolution ccd video camera attachment mounted onto the thermal imager with user selectable outputs..008 lux, minimum 480 tv lines std NTSC rs170. CCd camera must have minimum 150x zoom capability. Hou sing of the ccd sensor complies with the specs of the thermal imager housing, Thermal Imager Optics F1.0 Germanium minimum 50mm,Must utilize Diamond coated hardened carbon Germanium window. Window must be O-ring sealed with threaded retainer for field re placement of window. Meets Spec BISS-IMG-27551 A 4.2.1.1 Minimum resolvable temperature difference (MRTD) 1.0 cycles per milliradian at 65? Celsius. Excellent resolution in adverse conditions (i.e. fog, rain and snow).The range of thermal imager target p erformance meets specification BISS-IMG-7552. Upright man recognition at 500 meters Optical (750 meters w/DZ) Small vehicle recognition of 1000 meters Optical (1500 meters w/DZ). Pan Tilt System Compliant with the performance specification PRF BISS-IMG-2 7553, For use on military Deployable Fixed Security Thermal Imaging. Compliant with TASS Tactical Automated Security Systems & TMTI Tactical Mobile Thermal Imager Specs PRF-BIS-img-27552. Position accuracy Pan and tilt in the elevation and azimuth axis s hall be within .5 degrees repeatable command angular position. Must be for use on and compliant with Military High Mobility Multi-Wheeled vehicle (HMMWV-M 1116) and upper armored (HMMWV/UA-HMMWV). Stainless steel gears and chains in the P&T System. Zero back lash single worm gear drive, Prohibits mechanical movement of the camera head under rough terrain, 1 to 1 tilt gear ratio and 30,000 pounds rated sealed yoke bearing, Eliminates use of plastic ushings assures for the continued reliable use for extend ed periods of time. Allows for exact control without unwanted camera movement while in transit. Stationary mobile mounts and magnetic quick on/off mounts. Software Control/Imaging Features Utilizes both black/white and color thermal imaging. The 256 c olor capability for aid in target discrimination. On screen display (OSD) High resolution encoders resolve a continued minimally 1? accuracy of pointing position and displays this in the image Portable hand controller Controls Portable Hand Controller Fea tures; Optical Focus, Digital Zoom, B/W or multi-color thermal imagery, reverse image polarity, pan left/right, tilt up/down via a joystick controller, variable pan speed, selectable zero point, selectable auto-pan regions, manual/auto image gain and level , on-screen position display with repeatable position accuracy to .5 degrees. . 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 inc orporated 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 Commerical Items, 52.223-11 Ozone-Depleting Substances, 52-2 47-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, EvaluationCommercial Items is applicable to this acquisition. The specific evaluation criteria to be inclu ded in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance, when combined are significantly more important than cost or price. The government will award a contract to the offeror whose offe r conforms to this solicitation and will be most advantageous to the government, price and other factors 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 Representation 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 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns 15 U.S.C. 637 (d)(2) and (3); FAR 52.219-14 Limitations on Subcont racting (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 Disab led 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 Executive O rders 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 Prefe rence 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 Agenc y, 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 CCR b y 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
- Zip Code: 21005-3013
- Record
- SN00819310-W 20050603/050601212206 (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 |