Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2012 FBO #4046
SOURCES SOUGHT

67 -- High Definition High Speed Camera

Notice Date
12/20/2012
 
Notice Type
Sources Sought
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124RRFICAMERA
 
Response Due
1/7/2013
 
Archive Date
2/18/2013
 
Point of Contact
Adrienne Egbers, 9283282687
 
E-Mail Address
MICC Center - Yuma Proving Ground
(adrienne.j.egbers@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC) - Yuma Proving Ground (YPG) is seeking to identify contractors that may be interested in and capable of providing a High Definition High Speed Camera System. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The information requested herein will be used by the Army to facilitate decision making and will not be disclosed outside the agency. The High Definition High Speed Camera System (Camera) will be used for Optics Division high-speed digital imaging of Army materiel test. The Camera shall be a rugged field deployable assembly capable of use in low desert terrain environments, operating temperature range will be 32 F to 113 F. a.At full resolution of 1080P 1920 horizontal by 1080 vertical pixels, 10,000 frames per second. b.Capability of IRIG B timing and/or GPS for time synchronization & annotation. c.Sensitivity - ISO light sensitivity for imaging at two microseconds or less in Yuma daylight with no artificial light. d.HDMI or SDI full 1080P video format output for alignment, recording and video tracking during and after image capture. e.The ability to digitally store at least 32 Gigabytes of imagery. f.Trigger point for recordings shall be fully variable pre and post trigger frames in a carousel/circular memory configuration and quote mark BROC quote mark burst record on command, to provide record on command capability, memory segmented recording of multiple events during a single record session. g.Operate over gigabit Ethernet wire a minimum of 300 feet, operate using standard COTS 1000 Mb/s network equipment such as switches, TACLANE, routers, fiber, wireless links, etc., and coexisting with other IP instrumentation. h.Lens mount: 1 quote mark format using standard C-mount, and F-mount for COTS lenses. Canon remote control lens capability. i.Physical and Environmental: Demonstrate sufficient mounting locations to withstand full rating of shock and vibration to 40G rating. Camera size less than 10 quote mark H x 10 quote mark W x 12 quote mark L, must not exceed 12 lb, and shall have a memory backup battery. j.Maintenance manuals with complete schematics, parts lists and operator & component level repair training. Please state standard warranty period offered. Interested vendors shall provide a capabilities statement based on the above requirements. In addition, the capabilities statement shall address the following: (1) Identify all socio-economic categories that apply to your company (i.e. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business). (2) Does your company have a GSA schedule or any other Government contract vehicle? If so, is the proposed equipment/solution offered on your GSA schedule or within the other contract vehicle? (3) Is the equipment required for this solution commercially available or would it be developed exclusively for government purposes? (4) Has your company provided this type of equipment/solution in the past to any other Government agency? If so, please provide contract number, name of government agency, amount of award and date award was made. (5) Has your company provided this type of equipment/solution in the past to any other company other than the Government? If so, please identify and provide details. (6) What is a typical delivery schedule for this type of equipment? (7) Identify if your company manufactures the equipment and the place that it is manufactured. (8) Identify is subcontracting opportunities exist for this requirement. If applicable, what specific portion of the requirement would you elect to subcontract? What percent of the total contract effort does your organization normally subcontract? (9) What North American Industry Classification System (NAICS) code would your company recommend for this equipment? The MICC-YPG does not intend to award a contract on the basis of the responses, nor otherwise pay for the preparation of any information submitter, nor will respondents be notified of the MICC-YPG's review of the information received. Interested sources shall provide requested capabilities statement no later than 07 January 2013. In addition, the MICC-YPG is allowing interested companies to provide an on-site to demonstrate beginning 14 January 2013. If interested in providing an on-site demonstration, please submit request in writing by the closing date of 07 January 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8385b079b800cdb4132964cfbbc8e850)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02952879-W 20121222/121220234521-8385b079b800cdb4132964cfbbc8e850 (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.