SOLICITATION NOTICE
67 -- Ballistic Range Camera
- Notice Date
- 6/1/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-05-T-0420
- Response Due
- 6/24/2005
- Archive Date
- 7/24/2005
- 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. US ARMY ARDEC, Picatinny Arsenal, NJ needs to procure one High Speed Ballistic Range Camera (HSBRC) System.The HSBRC System required will be utilized for capturing images of small and medium caliber munitions flying in the range of 1000 to 1600 meters per second. It should be capable of enduring an environment that experiences muzzle blasts and airborne debris and is controllable through fiber optic cable from a minimum distance of 100 meters. The system should basically consist of the HSBRC, Control System, electronic flash heads, lenses, and heavy duty camera tripod designed for ballistic range application.. The minimum required capabilities of each are listed below: 1. HSBRC must be capable of: Capturing a minimum of one (1) 2048 x 2048 pixel digital image with a minimum exposure time of 20 nanoseconds. It must be capable of multiple exposures on the same image with an adjustable sensitivity. Remote operation from a portable computer system through fiber optic cable that allows for programming of the camera and downloading of the images for analysis. The camera must also contain Make/Break/TTL input triggering capabilities and be able output a TTL signals trigger multiple electronic flashes and cameras. Nikon F-mount lens compatible. Electromagnetic and Radio Frequency shielded for use with other High Voltage Electronic equipment. 2. Control System for the HSBRC shall consist of a Laptop computer with external camera system controller and necessary fiber optic and digital interfaces. The Laptop shall have all software installed. The Laptop, as a minimum, shall be Intel Centrino processor based, and have 1 GB RAM, 20 GB Hard Drive Disk Storage, a standard CD-RW drive, a 14 inch display, Ethernet Card, and Windows XP Pro operating system. The control system and software shall be capable of analyzing images for velocity, angle and distance. Images shall be viewable using common Windows based software. Preferred image format is JPG. It shall include the camera operating software to program all features of the camera and operate a minimum of one (1) camera and a maximum of four (4) cameras through a single interface. This software shall be capable of analyzing images for velocity, angles and distance, and capture and store the images on removable media. 3. Two(2) electronic Flash Heads. Flash heads shall be capable of a 500 joule, 1.5 millisecond flash duration. A power supply capable of driving up to 4 flash lamp heads shall be provided to operate Flash Heads. Must be capable of triggering by way of a TTL signal. 4. Lenses - 1 Each (HSBRC compatible): Lense:105mm f2.5Nikkor, Lense:180mm f 2.8 Nikkor, Lense: 70-300mm f4.0 Nikon Zoom, OR EQUAL. This synopsis/solicitation is issued as a request for quotation, (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through federal Acquisition Circular 1-27. This acquisition is unrestricted. The associated NAICS code is 335991. The standards size is 500 employees. The solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government needs. FOB is destination. ??? Equipment is to be delivered to Shawn Spickert-Fulton, AMSRD-AAR-AEM-I, Building 65N, Picatinny Arsenal, NJ 07806-5000. Delivery would be 60 days after award. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors???Commercial, 52.212-2, Evaluation???Commercial Items, the evaluation procedures to be used must be technically acceptable and price. Offerors must also include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications???Commercial Items, with its offer, 52.212-4, Contract Terms and Conditions ??? Commercial Items, 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ??? Commercial Items. A firm fixed price award will be made to the technically acceptable lowest price offeror. Commercial warranty applies to this acquisition that is consistent with customary commercial practices. Defense Priorities and Allocation System (DPAS) and assigned rating is DO-C9E. The name and telephone number of the individual to contract for information regarding this solicitation is: Mary Krisanda, 973-724-2850, email mary.krisanda@us.army.mil. NOTE: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full test. The full text provisions may be accessed electronically at these addresses: http//farsite.hill.af.mil. Faxed proposals IAW FAR 52.215-5 are acceptable. Proposals may be emailed to mary.krisanda@us.army.mil. Fax proposals to (973) 724-5904 Attn: Mary Krisanda. Issue date is the date this notice is published in the FedBizzOps. Closing date 1PM, EST, 24 June 2005. Contact Mary Krisanda, Contract Specialist, US Army ARDEC, AMSTA-AQ-APD, Picatinny Arsenal, NJ 07806-5000.
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-T-0420)
- Record
- SN00819348-W 20050603/050601212240 (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 |