SOLICITATION NOTICE
66 -- Longwave Airborne Infrared Imaging System (L-AIRIS)
- Notice Date
- 5/14/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893607T0094
- Response Due
- 6/25/2007
- Archive Date
- 10/25/2007
- Description
- NAVAIRWARCENWPNDIV intends to procure two (2) each long-wavelength infrared cameras called the Longwave Airborne Infrared Imaging System (L-AIRIS). The L-AIRIS will be mounted and carried within the NAVAIRWARCENWPNDIV TIGER pod and will be used to support calibrated infrared signature measurements. The L-AIRIS shall have their own control and interface electronics and lenses that will be mounted within the TIGER pod turret. The System must be stable enough for absolute radiation calibration. L-AIRIS must meet size constraints imposed by the T IGER Pod turret. L-AIRIS will incorporate a pour-fill dewar with a threaded fill cap and vacuum port to maintain pressure during airborne operations. The contractor shall deliver 2 each L-AIRIS that meet the L-AIRIS Descriptions and Specifications Rev D and Drawing 1 requirements. The cameras will interface with government-built controls, data acquisition, and recording electronics. Each camera is expected to consist of the compon ents: lens, IR detector array, liquid nitrogen dewar, and control and interface electronics. Some of the required characteristics include, but are not limited to: Lens focal length shall be 50mm to provide a total FOV of 5.86 degress with a 40 micron pixel pitch. The lens mount shall be bayonet-type. The IR detector type shall be staring focal plane array; the detector material shall be mercury cadmium telluride (HgCdTe); miminum number of pixels shall be 128 horizontal by 128 vertical pixels; pixel fill factor shall be greater than or equal to 90%; a minimum of 98% pixel operability is required. The contractor shall perform acceptance testing at the contractor's facility in accordance with a government-supplied acceptance testing plan. The acceptance testing will be witnessed by a designated government employee. The contractor shall deliver one (1) computer workstation to be used in the government laboratory for camera testing and software development. The 2 each L-AIRIS and the computer workstation shall be delivered to the Government with in 6 months after award. The contractor shall provide one day of training on camera control commands and software development. The training shall be conducted at NAVAIR WD, Pt. Mugu, CA, within 3 months following delivery of the 2 L-AIRIS and the workstation. The contract type will be firm fixed price, FOB Destination. All responsible sources may submit a proposal which shall be considered by the Agency. Proposals are due on or about 25 Jun 07. Award will be made using the Federal Acquisition Regulation (FAR) Part 12 in conjunction with FAR Part 13 on or about 24 Jul 07. Award will be made to the low price technically acceptable offer with demonstrated satisfactory past performance within the last 3 years. Please submit responses to the Contract Specialist, Lea Ann Davis, by email at leaann.davis@navy.mil, fax to 760-939-9651, or by mail to Commander, Code 210000D, NAVAIR WD, 429 E. Bowen Rd, Stop 4015, China Lake, CA 93555-6108. See numbered noted 12. NAICS Code = 333315 , Size Standard 500 employees Place of Performance = N/A Set Aside = N/A
- Record
- SN01294352-W 20070516/070514221552 (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 |