Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOLICITATION NOTICE

67 -- Hi Speed Video Recording Systems

Notice Date
8/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-07-T-0044
 
Response Due
8/16/2007
 
Archive Date
10/15/2007
 
Small Business Set-Aside
N/A
 
Description
The Government intends to purchase four (4) each high speed video recording systems, utilizing FAR part 12 Acquisition of Commercial Items and part 13.5 Simplified Acquisition Procedures Test Program. The Memrecam fx K5 is a light sensitive digital h igh speed video system, ultra high light sensitivity, ATC circuit for auto image balancing, ultra high framing rates (greater than 165,000 fps), ISO 5000 (Color) and ISO 32000 (Monochrome); resolutions up to 1280 x 1024 pixels at 1000 pps, the Memrecam fx K5 captures images at frame rates up to 168,000 pps, ruggedized for harsh environments, remote operations self contained, alternatively the camera can be controlled remotely using NACs J-Pad II hand-held controller or via a PC-based control system, memory configuration 16 GB, up to 48 Memrecam fx cameras can be connected and fully synchronized using the M-Hub system, gigabit Ethernet, middle, end and customized event trigger. Offerors who wish to provide quotes for a name brand or equal product shall meet at a minimum the following characteristics: CLIN 0001: Two (2) each name brand or equal Memrecam fx K5, Model number K516C, ISO 5000 (Color) with 16GB memory, color version (Gig-E) consisting of: Digital High Speed Camcorder, Memory backup option, Carryin g case, J-Pad II (hand-held controller), fx Link control and capture software, Camera power supply, BNC for IRIG, BNC for Trigger, Operation manual. CLIN 0002: Two (2) name brand or equal Memrecam fx K5 ISO 32000 (Monochrome) model number K516M, 16GB memor y, monochrome version (Gig-E) consisting of: digital high-speed camcorder, memory backup option, carrying case, J-Pad II (hand-held controller), mating connector for trigger input, fx link control and capture software, camera power supply BNC for IRIG, BNC for trigger, operational manual. CLIN 0003: Four (4) each name brand or equal 1 m Power Cable, bare end (AWG20) model number #481404. CLIN: 0004 Four (4) each name brand or equal Nebtek 5 Viewfinder with Hot Shoe Ball Mount model number# NEB50-HBM. CLIN : 0005 Four (4) each name brand or equal VGA Converters (from Digital VGA to Analog VGA and NTSC) model no# 4H2024-1. CLIN: 0006 Four (4) each name brand or equal IRIG Box model number 583095. CLIN: 0007 Four (4) each name brand or equal laptop computers. Latitude D630, Intel Core 2 Duo T7300, 2GHz, 667Mhz 4M L2 Cache, Dual Core, 14.1 inch wide screen, 128MB NVIDIA Quadro NVS 135M TurboCache, 80GB Hard drive 9.5 MM, 7200RPM, Windows XP Professional, 8X DAV+/- RW with Roxio Creator. 5 year warranty. CLIN: 0 008 Four (4) each name brand or equal Timecode Generator for crystal controlled IRIG-B. Timecode source which will synchronize with 1 microsecond accuracy, otherwise reverting to coast or fail-safe mode. Small and light, size 4x4x1.5 inches, weight 7 ounce s, Power: 8-16VDC, 100 ma with GPS receiver, Output: Standard IRIG-B, 3V p-p, BNC Connector, time capture form external pulse, time capture from computer, unmodulated IRIG-B output will drive cine film plane LCD or fiber optic transmitter, full data and re ceiver status added to IRIG-B, model no#TCG/GPS. CLIN: 0009 Six (6) each name brand or equal 100 ft Cat 6 550 MHz Gigabit cables model no #27137. CLIN: 0010 Two (2) days name brand or equal training on K5 at Pope Air Force Base, NC. CLIN: 0011 shipping cha rges from origin to Fort Bragg, NC. Name brand or equal products shall have PC-integrated control system and must be capable of remote operations at distances up to 90 feet; operate on DC power; provide the capability to play back recorded video on an LCD viewfinder or computer VGA monitor; support real-time insertion and synchronization IRIG-B time; support real time insertation of GPS time codes; be suitable to be qualified to operate at high altitudes pressurized and low altitudes in non-pressurized cabi ns; able to endure shock and vibrations and meet the current MIL-STD-810 or non Government Standard equivalent, must be electromagnetically compatible and not b e a source of interference or susceptible to interference in accordance with current MIL-STD-461 or non Government Standard equivalent, must have sufficient strap down fixtures for safe operation, equipped with gigabit Ethernet interface for rapid download of massive data files; must be compatible with AVID software a non-linear video editing system; requirement for on-site system training to be conducted at Pope Air force Base, NC. The Delivery lead time is 90 days or less. Offerors shall submit quotes b ased on all or none to be responsive. Offerors shall provide descriptive literature on equal items offered. As a minimum, this literature shall include the equal items specifications. The basis for award is technically acceptable lowest offer. The NAISC c ode is 333314 with a size standard of 500. Each response received will be used at the sole discretion of the Government to determine if it meets the business requirements; however only proposals received within 14 days of the date of this publication shall be considered. All respondents must be registered in the Central Contractor Registration (CCR), and have a valid DUNS number, Cage Code, and Tax Identification Number. All responses must be written and sent via electronic mail to aca.atec@us.army.mil. Go vernment will not accept telephone inquiries or responses. The point of the contact for this announcement is Kevin Stovall, Contract Specialist or Patricia M. Cuff, Contracting Officer.
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
Country: US
 
Record
SN01360586-W 20070804/070802222339 (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.