Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2006 FBO #1539
SOLICITATION NOTICE

67 -- Ballistic Range Camera

Notice Date
2/10/2006
 
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-06-T-0432
 
Response Due
2/21/2006
 
Archive Date
3/23/2006
 
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 TACOM, Picatinny, NJ needs to procure one High Speed Ballistic 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 meteres per second. It should be 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. Mandatory Requirements: The following capabilities are mandatory and if not met will eliminate offerors from further consideration. These capabilities will be found either acceptable or unacceptable and will be given a pass/fail grade: 1. HSBRC shall be 100% compatible, comparable, and directly integratable with an existing DRS SVR 3 Ballistic Range Camera System. This includes the control software, as both cameras must be triggered at precisely the same time in order to capture the event from multiple views. The HSBRC must handle a range environment that experiences muzzle blasts, airborne debris, and harsh conditions. 3. A minimum of one year warranty coverage is required. Desired Capabilities: If and ony if, the capabilities mentioned above are met and pass, the following desired capabilities will then be considered and given merit rating depending on the extent which the samples meet each requirement. A ranking of Excellent, Good, Satisfactory, and Unsatisfactory will be given. The desired capabilities are listed in order of importance. 1. Capable of capturing a minimum of one 1,2048 x 2048 pixel digital image with a minimum exposure time of 20 nanoseconds. It shall be capable of multiple exposures on the same image with an adjustable sensitivity. It shall operate 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 shall also contain Make Break TTL input triggering capabilities and be able to output a TTL signals trigger, multiple electronic flashes, and cameras. Electromagnetic and Radio Frequency shielded for use with other High Voltage Electronic equipment. Rating: Excellent - Proposal demonstrates excellent understanding of the requirements and approach that significantly exceeds request for proposal requirements. No doubt exists that the offeror will successfully perform the required effort. Good - Proposal demonstrates goood understanding of the requirements and approach that significantly exceeds request for proposal requirements. Little doubt exists that the offeror will successfully perform the require effort. Satisfactory - Proposal demonstrates acceptable understanding of the requirements and approach that significantly meets request for proposal requirements. Some doubt exists that the offeror will successfully perform the required effort. Unsatisfactory - Proposal fails to understand the requirements and does not meet request for proposal requirements. Doubt exists that the offeror will successfully perform the required effort. 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 at least the minimum of the following: 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 jpeg. It shall include the camera operating software to program all features of the camera and operate a minimum of one, 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. Rating: Excellent - Proposal demonstrates excellent understanding of the requirements and approach that significantly exceeds request for proposal requirements. No doubt exists that the offeror will successfully perform the required effort. Good - Proposal demonstrates good understanding of the requirements and approach that significantly exceeds request for proposal requirements. Little doubt exists that the offeror will successfully perform the required effort. Satisfactory - Proposal demonstrates acceptable understanding of the requirements and approach that significantly meets request for proposal requirements. Some doubt exists that the offeror will successfully perform the required effort. Unsatisfactory - Proposal fails to understand the requirements and does not meet request for proposal requirements. Doubt exists that the offeror will successfully perform the required effort. 3. The system shall include 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. It must be capable of triggering by way of a TTL signal. Rating: Excellent - Proposal demonstrates excellent understading of the requirements and approach that significantly exceeds request for proposal requirements. No doubt exists that the offeror will successfully perform the required effort. Good - Proposal demonstrates good understanding of the requirements and approach that significantly exceeds request for proposal requirements. Little doubt exists that the offeror will successfully perform the required effort. Satisfactory - Proposal demonstrates acceptable understanding of the requirements and approach that significantly meets request for proposal requirements. Some doubt exists that the offeror will successfully perform the required effort. Unsatisfactory - Proposal fails to understand the requirements and does not meet request for proposal requirements. Doubt exists that the offeror will successfully perform the required effort. 4. Lenses - 1 each, Nikon F-mount lens compatible: Lense: 105mm f2.5 Nikkor, Lense: 180 mm f2.8 Nikkor, Lense: 70-300mm f4.0 Nikon Zoom, OR EQUAL. Rating: Excellent - Proposal demonstrates excellent understading of the requirements and approach that significantly exceeds request for proposal requirements. No doubt exists that the offeror will successfully perform the required effort. Good - Proposal demonstrates good understanding of the requirements and approach that significantly exceeds request for proposal requirements. Little doubt exists that the offeror will successfully perform the required effort. Satisfactory - Proposal demonstrates acceptable understanding of the requirements and approach that significantly meets request for proposal requirements. Some doubt exists that the offeror will successfully perform the required effort. Unsatisfactory - Proposal fails to understand the requirements and does not meet request for proposal requirements. Doubt exists that the offeror will successfully perform the required effort. Using the information gathered from the mandatory and desired capabilities, the proposal will be given an overall score based upon the scored requirements. If the offeror does not meet the mandatory capabilities they are eliminated from further consideration. The best value proposals will be given an overall rating. Overall Rating: Excellent - Proposal demonstrates no problems. No doubt exists that the offeror will successfully perform the required effort. Mostly excellent ratings given. Good - Proposal demonstrates no performance issues. Little doubt exists that the offeror will successfully perform the required effort. Good and excellent ratings given. Satisfactory - Proposal demonstrates little or no performance issues. Some doubt exists that the offeror will successfully perform the required effort. Satisfactory, good and excellent (1 or 2)ratings given. Unsatisfactory - Proposal demonstrates problems and major performance issues. Doubt exists that the offeror will successfully perform the required effort. Any unsatisfactory rating given. This synopsis solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Ffederal Acquisition Circular 1-27. This acquisition is unrestricted. The associated NAICS Code is 335991. The standard 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-1, Building 65N, Picatinny, NJ 07806-5000. Delivery would be days after award. The folowing provisions apply to this acquisition: 52.212-1, Instructions to Offers - Commercial , 52.212-2, Evaluation - Commercial Items, the evalluation procedures to be used must be technically acceptable. 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 - Commercial Items, 52.222-26, Equal Opportunity, 52.225-1, Buy American Act, 52.232-33, Payment Electronic Funds CCR, 52.213-1, Fast Payment, 52.243-1, Changes Fixed Price, 52.246-23, Limitation of Liability, 52.249-1, Termination for Convenience, 52.232-23, Assignment of Claims, 52.247-34 FOB Destination, 252.212-7001, Contract Terms And Conditions, 252.225-7001, Buy American Act, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea, 252.247-7024, Notification of Transportation by Sea, 52.243-1, Changes - Fixed Price. Commercial warranty applies to this acquisition that is consistent with customary commercial practices. Defense Priorities and Allocation System (DPAS) and assigned rating is DO-C9C. The name and telephone number of the individual to contract for information regarding this solicitation is: Mary Krisanda, 973-724-2850, email mkrisa@pica.army.mil. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text provisions may be accessed electronically at this address: http//farsite.hill.af.mil. Faxed proposals IAW FAR 52.212-5 are acceptable. Proposals may be emailed to mkrisa@pica.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 is 1 PM, EST, 21 February 2006. Contact Mary Krisanda, Contract Specialist, US Army, AMSTA-AQ-APD, Picatinny, NJ 07806-5000.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-06-T-0432)
 
Record
SN00985457-W 20060212/060210213349 (fbodaily.com)
 
Source
FedBizOpps 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.