Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

16 -- HIGH RATE IMAGING SYSTEM

Notice Date
9/23/2008
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
4200268890-1
 
Response Due
9/26/2008
 
Archive Date
9/23/2009
 
Point of Contact
Terra L Calahan, Acquisistion Support, Phone 661-276-5985, Fax 661-276-2243, - Sheryl L Dylewsky, Aquisitions, Phone 661-276-5657, Fax 661-276-2243, />
 
E-Mail Address
Terra.L.Calahan@nasa.gov, sheryl.l.dylewsky@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/DFRC has a requirement for High Rate Imaging purchase and support.The specifications are:The Contractor shall furnish all labor, materials, equipment and facilities, unlessotherwise specified herein, to service and maintain high frame rate video imagingsystems, to provide, to develop system enhancements, to familiarize and train imagingsystem operators, and to acquire system modules and supplies in accordance with thefollowing Statement of Work (SOW):
I.0 Introduction
This acquisition provides technical services, training, video imaging system components,and incidental imaging system parts and supplies to the NASA Dryden FlightInstrumentation Branch for support of RocketCam High Frame-rate Digital Video Systemsobtained from Ecliptic Enterprises Corporation. The imaging systems will be mounted onflight test vehicles used in the Abort Flight Test project of the NASA Constellationprogram that will validate the Launch Abort System. This system will provide for crewescape and rescue in the event of a serious malfunction during the vehicle launch phasefor the Orion Crew Exploration Vehicle. The video imaging system will experience highlevels of acceleration during the operation and must be carefully maintained to withstandthe extreme environment and minimize the risk of failure and to assure that high speedimaging of flight events is obtained for test analysis.2.0 Scope 
2.1 The subject imaging system equipment for this effort is the High Frame Rate videosystem (resulting from a government-funded development contract with Ecliptic EnterprisesCorporation), lenses, related equipment and accessories. Appendix A contains the requiredsystem performance specifications for the RocketCamTM High Speed Digital Video System.2.2 The scope of this effort shall include adjustment, inspection, cleaning, and repairof electronic components and hardware or software changes needed to correct operationaldeficiencies or add new capabilities. In addition, checking overall operation ofequipment against factory specifications is required, as well as familiarization trainingfor government and contractor staff.2.3 The scope also covers the acquisition of imaging system components (cameras, lens,digital video controllers, ground support equipment, etc.), incidental components anddocumentation for existing and new system capability and for replacement parts.3.0 Applicable Document(s) 
RocketCamTM High Speed Digital Video System Users ManualRocketCamTM High-Speed Digital Camera Users ManualSystem and Subsystem Test Data Packages as required4.0 Services 
The contractor shall provide qualified personnel to perform: (1) Preventive Maintenance,including (1) site delivery, and (2) factory level repair services.4.1 Preventive Maintenance. The Government will coordinate with the contractor toschedule the preventive maintenance. The contractor will be notified not less than ten(10) working days prior to the desired service period. The contractor shall provide therequired personnel as necessary.4.2 Preventive Maintenance. This service shall be performed as needed for the purpose ofadjusting, calibrating, and cleaning of the high-speed imaging equipment described above.5.0 Factory Service5.1 In the event it is mutually determined by the contractor and the Governmentstechnical representative that factory service is necessary, it will be the responsibilityof the Government to ship the defective item(s) to the contractor.5.2 Upon receipt of an item for repair, the contractor shall perform an equipmentevaluation describing the necessary services and the cost to repair the item. A writtenevaluation and cost estimate will be provided to the Government for approval/disapprovalto proceed. The Government will notify the contractor in writing whether to proceed withthe repair or return the item un-repaired to the Government.5.3 Should it be determined that the item is to be repaired, the contractor shall proceedwith the repair.6.0 Reports and Records The contractor shall keep detailed records of all service work and/or repairs performedon said equipment, on-site or at the contractor's facility. These records shall identifyeach item by model number and serial number. Upon request from the Government, a copy ofthese records shall be provided.7.0 Special considerations7.1 This contract may be amended periodically to include new equipment and to deleteequipment from the contract.7.2 The contractor shall correct or repair at no cost to the Government any defective ornon-conforming services on identical equipment failures that occur within sixty (60) daysof the services performed.7.3 Only new, original equipment standard parts or parts of equal quality shall be usedin effecting repairs. The government shall have the option to retain parts that have beenreplaced or relinquish them to the contractor.7.4 Federal Acquisition Regulation Clause 52.246-2 - Inspection of Supplies -- FixedPrice shall govern Inspection and acceptance of supplies procured under this contract.APPENDIX AHigh Frame Rate System Performance, Physical, and Environmental SpecificationsImaging:Standard Lens Mount:C-mountFrame Rate:Selectable up to 200 frames per second (392 fps atreduced spatial resolution)Spatial Resolution:640 x 480 pixelsShutter Speed:up to 1/10,000 secSignal-to-Noise Ratio:48 dB (8 bits)Compression Ratio:20:1 to 250:1Output Channel:Output Channel Coding:CCSDS (223,256) Reed-Solomon; Rate, k=7 convolutionalDigital Output Bit Rate:up to 25 MbpsTelemetry Interface:RS-422Discrete Command Interface:Six opto-isolated discretes (28 VDC)Power Requirements:10 Watts @ 22 to 36 VWeight: 8 poundsVolume: 400 in3Environment:Temperature Range:-40OF to +167OF (Operating)-67 OF to +185OF (Storage)Vibration/Shock:>25GrmsNASA/DFRC intends to purchase the items from Ecliptic Enterprises. Ecliptic EnterprisesInc. was contracted under a non-competitive contract to develop an advanced systemcapable of acquiring and processing the high frame-rate data previously. The intention toaward the contract was publicized in the prescribed manner, but no alternative commercialorganizations responded. This purchase is a follow on to the previous purchase andtherefore must be made to the same vendor. Compatibility issues could arise if adifferent vendor is chosen therefore costing the government time, money and additionalresources.The Government intends to acquire a commercial item using FAR Part 12.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon September 26, 2008. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea1dc8aeb12cdb69da5f06729abf8120&tab=core&_cview=1)
 
Record
SN01679603-W 20080925/080923221712-ea1dc8aeb12cdb69da5f06729abf8120 (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.