|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540United States Special Operations Command, Directorate of Procurement
(SOAL-KB), 2418 Florida Keys Ave., MacDill AFB, FL 33621-5316 67 -- PHOTOGRAPHIC EQUIPMENT SOL USZA22-00-R- DUE 040300 POC
Christopher D. Stiller, Contract Specialist, (813) 828-7659 E-MAIL: Mr.
Charles Bright, Contracting Officer brightc@socom.mil,
stillerc@socom.mil. The United States Special Operations Command
(USSOCOM) Special Operations Acquisition and Logistics Center,
Directorate of Procurement intends to negotiate on a sole source basis
with Eastman Kodak Company, Rochester, NY in accordance with 10 U.S.C.
2304c (1) and FAR 6.302-1; Only one responsible source and no other
supplies or service will satisfy the agency requirements. Justification
for the lack of competition is based on market research, e.g., ongoing
market surveys for more than a year, sources sought in July 99,
telephonic exchanges of information, and industry day, Eastman Kodak is
the only known company willing and capable to undertake the subject
efforts for this program. Specifically, USSOCOM needs tactical,
man-operated, rugged, digital, splashproof and waterproof cameras, and
rugged compatible field computing devices (FCD) with maintenance and
support that will allow Special Operational Forces (SOF) to execute
their missions. This requirement is to provide SOF with a family of
digital imaging apparatus that can be operated in diverse and rugged
field operational environments. The work involves producing a rugged
digital splashproof camera non-developmental item (NDI) based product
for deployment in the integrated SOF environment. This camera must have
at least 1K by 1K resolution and must be capable of supporting a
variety of interchangeable lenses and night vision devices to meet a
wide range of imaging conditions while being able to withstand the
shock, vibration, humidity, temperature extremes and precipitation of
the operational environment. It is our intent to award a sole-source
contract to Kodak to be able to provide a rugged digital splashproof
NDI camera. The current estimated quantity for the rugged, digital
splashproof camera is 111 with a maximum quantity of 477. The quantity
of 477 is actually a maximum for both this instant contract and the
production contract discussed later; the quantity of 111 is not a
minimum, but only an estimate. In addition, USSOCOM requires a rugged
digital, splashproof camera variant that is inherently more rugged that
can withstand repeated drops with the lens attached. Therefore, it also
our intent to have Kodak deliver three of these NDI rugged, digital,
splashproof camera variants. Finally, it is our intention, as part of
this instant contract, to have Kodak develop a prototype for a rugged
digital waterproof camera to meet our SOF needs. Special Operations
Forces require a rugged digital waterproof camera that meets a 1K by 1K
resolution requirement and that is inherently waterproof, i.e., does
not need a case, and can be used to image both under and above water.
This camera will primarily be used for above water operations and must
therefore fit the form factor of a "normal" human-operated camera, but
will also occasionally be used for underwater operations at depths up
to 66 feet. This camera must be able to withstand the pressure and
environmental factors associated with submarine lockout and withstand
up two atmospheres of pressure for several hours. Moreover, this rugged
digital waterproof camera must have the same operational capabilities
as the rugged digital splashproof camera model. This program also
includes a requirement for a Field Computing Device (FCD) for each of
these cameras which shall be capable of interfacing to these camera(s)
with the appropriate camera protocol, download the images from the
camera, manipulate, annotate, and compress the images and then
interface to a variety of SOF radios to transmit the images to remote
locations. Further, the imaging apparatus and the FCD for the
splashproof camera must operate without degradation while being
subjected to above water atmospheric pressures up to 15,000 feet. They
must also operate, without degradation, after being transported in a
rigid case under pressures from 66 feet under salt water to 40,000 feet
above water. They must also operate after immersion in 3 feet of salt
water for a period no less than thirty minutes in a flexible case.
Also, the imaging apparatus for the waterproof camera must operate,
without degradation, while being subjected to pressures from 66 feet
under salt water to 15,000 feet above water. The FCD for the waterproof
imaging apparatus must operate during and after exposure to the same
environments as the FCD for the splashproof camera. The current
estimated quantity for the FCD is to have one FCD for each splashproof
camera, e.g., estimates of 111 to 477. The quantity of 111 is not a
minimum, but the 477 is a maximum. The FCD must be able to withstand
the same environmental conditions as the rugged digital splashproof
variant camera as well as having a sunlight readable, night dimmable
display. Kodak as the imaging apparatus contractors will be tasked with
system integration responsibility to ensure that the hand-off from
image capture through radio transmission is seamless and optimized. It
is planned that this instant sole source contract with Eastman Kodak
will either be for a approximately a base period and several option
years or an ordering period for several years from the date of award or
a combination of both. Depending upon administrative ease, there may be
one or two contracts issued to Eastman Kodak. Moreover, it is expected
that the contract type will be an indefinite delivery, indefinite
quantity with firm-fixed-price and cost-plus-fixed-fee contract line
items, though this could change. Through the use of the Small Business
Innovative Research (SBIR) program, USSOCOM has identified two
candidates who may be able to develop a suitable imaging apparatus to
meet our needs. These SBIRs are Desert Star Systems, 761 Neeson Road
Number 9, Marina, CA 93933 and International Electronic Machines, 60
4th Avenue, Albany, NY 12202-1924. At the conclusion of the development
of the rugged digital waterproof camera, which may be before the end of
the ordering/option periods of the instant Eastman Kodak's sole source
contract, we plan on competing the production of the rugged digital
waterproof camera among Eastman Kodak and the two Small Business
Innovative Research (SBIR) companies mentioned previously. Based upon
that comparison, we will make a determination among the alternatives
and award a contract to the contractor team that offers the best
approach to meeting our rugged digital waterproof camera needs. Toward
this end, it is expected that production downselect clauses may be
included in the Eastman Kodak and two SBIR contractual documents.
However, the government reserves the right to award one, two, three, or
no contracts at the end of the development of the rugged digital
waterproof camera. The production quantities for both the more rugged,
digital splashproof camera variant and the rugged digital waterproof
camera will not be part of this instant award, but the estimates for
these cameras are 193 for the more rugged, digital splashproof camera
variant and 48 for the rugged, digital waterproof camera. The maximum
for both these cameras is 477. Moreover, quantities of 193 and 48
respectively are not minimums, but only estimates. Based upon current
market research,the Government does not anticipate that any other
offeror will participate in the downselect competition among Kodak and
the two SBIR contractors to supply the production quantities of the
more rugged, digital splashproof camera variant and the rugged digital
waterproof camera. All responsible sources may submit a proposal in
accordance with Note 22, which shall be considered by the agency. Any
questions regarding the above may be directed to Mr. Christopher D.
Stiller (813) 828-7659. See Note #22 Posted 02/16/00 (W-SN425885).
(0047) Loren Data Corp. http://www.ld.com (SYN# 0295 20000218\67-0002.SOL)
67 - Photographic Equipment Index Page
|
|