Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1999 PSA#2309

US ARMY MATERIEL COMMAND ACQUISITION CTR, WHITE SANDS MISSILE RANGE DIVISION, STEAA-WS (BLDG 126W), WSMR NEW MEXICO 88002-5201

58 -- THERMAL IMAGING SYSTEM SOL DAAD07-99-R-0117 DUE 040799 POC Contract Specialist, Hortensia E. Tellez at (505) 678-4231 (Site Code DAAD07) e-mail tellezhe@wsmr.army.mil or Contracting Officer, Chris Brusuelas at (505) 678-4323 (Site Code DAAD07) E-MAIL: tellezhe@wsmr.army.mil, tellezhe@wsmr.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with addi- tional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written soli- citation will not be issued. Solicitation number DAAD07-99-R-0117 is issued as Request for Proposal (RFP). The anticipated contract will be 100 percent Small Business Set-Aside, Firm-Fixed-Price contract with one Base Year performance period and four one year option periods. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. The standard industrial code (SIC) is 3812 and the small business size standard is 750 employees. Con- tract Line Items: CLIN 0001: Base Contract Year, Twenty (20) each Thermal Imaging System. CLIN 0002: Option Year One, Twenty (20) each Thermal Imaging System. CLIN 0003: Option Year Two, Twenty (20) each ThermalImaging System. CLIN 0004: Option Year Three, Twenty (20) each Thermal Imagine System. CLIN 0005: Option Year Four, Twenty (20) each Thermal Imagine System. Delivery Required: Within 120 days after contract award, FOB is Destination, inspection and acceptance is at Transportation Office, Building 1840, White Sands Missile Range, NM 88002-5530 (Zone 1). Purchase Description: 1.0 Scope: This Purchase Description (PD) sets forth the minimum reduirements for a Thermal Imaging System (TIS) which will produce imagery in the 8 to 12 micron (um) infrared (IR) band and have a standard video output format. This system will be used on a high performance track- ing mount in rigid environments. 2.0 Applicable Doucuments: EIA RS-170, Electrical Performance Standards- Monochrome Television Studio facilities, Electronic Industries Association, Engineering Department, 2001 Eye Street, Washington, DC, 20006. 3.0 Requirement: 3.1 Wavelength band. The Thermal Imaging System (TIS) shall produce thermal imagery in the 8 to 12 um por- tion of the electromagnetic electromagnetic spectrum. 3.2 Field-of-view (FOV). The TIS shall have two optical FOVs. The narrow FOV shall be 1.5 degrees in the vertical by 2.0 degrees in the horizontal with an error in each dimension of +- 2.0 degrees. The wide FOV shall be 5.2 degrees in the vertical by 7.0 degrees in the horizontal with the same error as previously mentioned. Switching between the two FOVs shall be done electrically. 3.3 Electrico-Optical zoom. The TIS shall have an electro-optical zoom capa- bility. The zoom ratios shall be 1:1, 2:1, and 4:1 of the optical FOV. 3.4 Instantaneous field-of-view. The instantaneous FOV shall not exceed 0.07 milliradians for the narrow FOV. 3.5 Sensitivity. The minimum resolvable temperature difference shall not exceed 0.1 degrees celsius for the narrow FOV at a spacial frequency of 3.5 cy/mR. 3.6 Focus. The TIS shall focus on targets from optical infinity to a near range not to exceed 300 feet (in the narrow FOV). The focus shall be electrically controlled. 3.7 Optical Speed. The TIS shall have a system f-number of at least F/1.0. 3.8 Detector Cooling. The TIS shall utilize a closed cycle cooler. The cooler shall operate for at least 5000 hours before requiring maintenance. The proven mean time- between-failure (MTBF) of the cooling unit shall not be less than 10,000 hours. The cooler shall utilize a run-time indicator. 3.9 Cool-down time. The time required for detector cool-down to operating temperature shall not exceed six minutes. 3.10 Video Output Format. 3.10.1 The video output signal from the TIS shall conform to the EIA Stan- dard RS-170 video output format in accordance with paragraph 2. There shall be at least 445 active IR lines. The frame rate shall be 30 Hz. There shall be no dead lines. 3.10.2 The delay from image scan to image output shall not exceed ten (10) RS-170 horizontal line periods. 3.11 System Configuration. The TIS shall be configured in no more than three components: a power supply, a control box, and a camera head. The cable length between the camera head and the control box shall be at least 10 feet. 3.12 System Controls. The controls for the TIS shall be mounted on a box separated from the optical head. The controls shall include: On/Off switch, gain control (minimum of three settings), video level control, focus control, FOV control, electro-optical zoom control, reverse polarity switch. 3.12.1 Remote Control. The TIS shall have a remote computer con- trol input/output. The remote control shall be implemented with a remote control box which shall be provided in place of the standard local control box. 3.12.2 Configuration. The remote computer control box shall be func- tionally and physically as similar as possible to the standard control box. It shall be coupled to the camera head in the same manner as the standard control box. 3.12.3 Computer Interface. Interface to the user's computer shall be over a three wire control cable, supplied by the user, and ending in a 3 pin Bendix quick lock connector. The remote control box shall sup- port a transmit message, a receive message, and a ground connection. The control commands and software protocal definitions shall be compatable with either the Inframetrics imager (Reference Inframetrics Model IRTV-445L LORIS, November 1987 manual) or the AGEMA imager (Reference AGEMA Thermovi- sion 1000 LR 60 Operating Manual, Publication No 557 053, Ed 2, Eng., Feb- ruary 1996). 3.12.4 Serial message specification. The remote control box shall have a RS-232 input/output connector. The serial message link shall be full duplex, asynchrous, 2400 baud, with a minimum 20 per second update for input commands and status feedback. 3.12.5 Control Functions. All of the control functions listed in paragraph 3.10 shall be controllable via the remote computer command input. 3.12.6 Remote/Local Operation. A valid remote command message shall change any TIS settings when received from the user's computer irregardless of the switch setting on the remote conrol box. The remote control box shall also control the TIS. The control set- tings accepted by the TIS shall be based on the last change received from either the remote command or the switches on the control box. The current TIS setting shall be continuously transmitted back to the remote command or the switches on the control box. The current TIS settings shall be contin- uously transmitted back to the remote controlling system. 3.13 Weight and dimensions. The weight of the TIS shall not exceed 45 pounds. The optical head shall not exceed 24 inches in length and 12 inched in diameter. 3.14 Power requirements. The TIS shall operate from 110 volts, 60 cycles, single phase power. The power consumption shall not exceed 60 watts. 3.15 Environmental protection. The TIS shall be completely sealed against dust and moisture. Lens caps shall be furnished for all exposed optical sur- faces. The system shall be supplied with a sun shield, mounted on the top of the system. 3.16 Mounting. The TIS shall be mountable on a flat sur- face plate. The base of the optical head shall be drilled and tapped for four 3/8 16 screws. 3.17 Environment. 3.17.1 Operational Environment. The TIS shall perform as specified herein under all possible combinations of the following environmental conditions: a. Ambient air temperature between 10 and 120 degrees F. b. Altitude between sea level and 10,000 feet above sea level. c. Relative humidity between 5 and 95 percent. d. Winds between 0 and 40 miles per hour. e. Direct solar radiation of 0.5 kw per square meter for four hour periods of time. 3.17.2 Storage. The TIS shall perform as specified herein after being subjected to the follow- ing environmental conditions during storage: a. Ambient air temperatures between -10 and 120 degrees F. b. Relative humidity between 5 and 95 percent and any combination of temperture and humidity that result in con- densation. c. Shock and vibration of a least 5g's at a frequency of 5Hz for 1 minute in each of the three orthogonal axes and at least 3 gs at a frequency of 200 hz in each axis. 4.0 Quality Assurance Provisions. 4.1 Quality assurance requirements. The Quality assurance requirements of this PD shall be met by compliance with the inspection article of the contract. 4.2 In-Plant Operational Checkout. Before shipment, the TIS shall have and operational checkout. The Government shall be notified not less than 14 days prior to the scheduled operational checkout, and reserve the right to witness the operational checkout. 5. Packaging. 5.1 Packaging require- ment. A rugged, field usable, shipping case shall be provided with each unit. 6. Notes. The TIS will be mounted on a mobile servo-driven tracking mount to provide input to a video tracking system in missile tracking operations on a National Test Range. Federal Acquisition Regulation (FAR) 52.212-1 Instructions to Offerors-Commercial Items (Aug 1998) applies to this acquisition with the following addendum: FAR 52.217-9 Option To Extend The Term Of The Contract (Mar 1989). WSMR clauses which are part of this addendum are 52.210-4101 and 52.218-4201. The Government will award tothe technically acceptable proposal (evaluated against the elements in part 3 of the PD) and responsible offeror who offers the lowest price. NOTE: Offerors responding to this solicitation must submit unit and extended price for all requested items, prompt payment terms and a com- pleted copy of the provision at FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Jan 1999) with addendum which includes DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Nov 1995) and 252.212-7001 Commercial and Government Entity (Cage) Code Reporting (Dec 1991) with their proposal. FAR 52.212-4 Contract Terms and Conditions- Commercial Items (Apr 1998) applies to this acquisition with the following addendums: FAR 52.247-34 F.O.B. Destination, DFARS 252.246-7000 Material Inspection and Receiving Report (Dec 1991). WSMR clauses applicable to this acquisiton are 52.232-4131 I, 52.232-4116, 52.242-4102 V, 52.246-4102, 52.247-4101. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 1999) applies to this acquisition with the following addendums: Paragraph (b) the following FAR clauses are hereby incorporated: 52.203-6, 52.219-8, 52.222-35, 52.222-36, 52.222-37, 52.225-9. The full text of a clause may be accessed electronically at these addresses: //www.arnet.gov/far, //farsite/hill/af.mil, //www.dtic.mil/dfars and //www.wsmr.army.mil/DOCPAGE /HTM. Proposal must be received by 1400 hours MST on 07 April 1999 and mailed to U.S. Army Materiel Command Acquisition Center, White Sands Missile Range Division, ATTN: STEAA-WS-S (H.Tellez), White Sands Missile Range, New Mexico 88002-5201. Oral or fax offers are not acceptable. See Note 1. For information regarding this solicitation contact Hortensia E. Tellez at (505) 678-4231. Posted 03/22/99 (A-SN311106). (0081)

Loren Data Corp. http://www.ld.com (SYN# 0283 19990324\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page