SOLICITATION NOTICE
63 -- Weapons Detection System
- Notice Date
- 9/22/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
- ZIP Code
- 80914-1200
- Solicitation Number
- FA2517-06-T-6140____________________SMITH___________________
- Response Due
- 9/25/2006
- Archive Date
- 10/10/2006
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation, F3LHCA6243A100, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 334519 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation; CLIN 0001 Quantity: 1 unit of issue each: Concealed Weapons Detection Camera (more information listed below) or equal, Delivery date 45 Days after date of contract. Destination for installation to 1 NORAD ROAD CHEYENNE MTN AFS CO 80914-6084. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2 (a)(i)(ii)Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov, and the Offerors Representations and Certifications Applications at https://orca.bpn.gov/. All quotes must be sent to A1C Garrett Smith at: E-mail garrett.smith@petereson.af.mil Fax 719-556-4321; or mail directly to 21 CONS Peterson AFB CO 80914. Quotes are required to be received no later than 12:00 PM MST, Monday, 25 Sep 2006. 0001 Functional Considerations Standard Deployment: The BIS-WDS? Prime can be deployed both indoors and out. Outdoor deployment: The system should be deployed so that both the camera and the target being imaged are underneath a cover. This is to minimize environmental/sky change interference including rain getting between the image target and the camera. Indoor deployment: In an indoor scenario, room temperatures should not regularly exceed 80?F/26?C. Other Deployment Considerations: Traditional CCTV deployment considerations apply, as the camera contains a full-motion video component that enables the identification of the person with the threat and location of that threat on the person's body. Features Object detection capabilities: Objects detected by the camera can be made from metal or the types of plastic, ceramic and composite materials commonly used in weapons or many types of explosives. These items contrast with the human body. Object classification capabilities: The system attempts to classify objects that are large enough to potentially be an explosive. Parallel processing technology: Multi-threaded software application executes simultaneous instructions in parallel, providing high reliability with no system performance degradation. Number of objects processed simultaneously: Unlimited detections processed. System will display 3 threats at a time on the GUI, and has a running detection and classification event log. Events in the log are contiguous and can only be "cleared" by a system administrator. System Imaging Speed: Indoor: 4 FPS Outdoor: 10 FPS Object detection indication: On the subject, a tri-colored box is displayed. The box has black as the outside line, white as the middle line and one of the following colors as the inside line: Blue: For "D2" level detection Yellow: For "D1" level detection (highest confidence) Object detection indication in the form of the same type of tri-colored box also appears in the "Detection Status" area of the GUI with the "D1" and "D2" indication displayed inside the box. Object shape classification indication: On the subject, a tri-colored box is displayed. The box has black as the outside line, white as the middle line and red for the inside line. Object shape classification indication in the form of the same type of tri-colored box also appears in the "Detection Status" area of the GUI with an "L" classification icon, indicating a very large object. Specifications Power supply: 110 to 240 VAC, 50 or 60 Hz, 182 W consumption Detector millimeter wave (MMW) frequency: 80 to 100 GHz (90 GHz center frequency, 20 GHz bandwidth) Operating temperature: -10?C to 50?C (14?F to 122?F) Operating humidity: 0 to 100% RH condensing (outdoor use) Dimensions (H x W x D): (excluding mounting bracket) 70.6 cm x 33.0 cm x 48.3 cm (27.8" x 13" x 19") Interfaces Analog video output: NTSC or PAL, BNC connector Monitor output: 1024 x 768 72 Hz, D-sub 15 (VGA) connector Control, setup and monitoring: 10/100/1000 Ethernet, RJ45 Peripheral interface: USB 2 Discrete digital I/O: Dry contact form C relay; three user defined outputs and three user defined inputs
- Place of Performance
- Address: Peterson AFB, CO
- Zip Code: 80914
- Country: UNITED STATES
- Zip Code: 80914
- Record
- SN01152092-W 20060924/060922220827 (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 |