Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

66 -- MOTION ANALYSIS SYSTEM SOL N00178-00-R-1037 (SYNOPSIS/SOLICITATION) DUE 051900 POC Karen D. Lenox, Contract Specialist or G. R. Vaughan, Contracting Officer on (540) 653-7478 WEB: NSWCDD Dahlgren Laboratory Procurement Division, http://www.nswc.navy.mil/supply. E-MAIL: Questions concerning Synopsis/Solicitation N00178-00-R-1037, sd11@nswc.navy.mil. This requirement is for a Firm Fixed-Price contract for the acquisition of a motion data analysis system with the option for a 35mm color film scanner. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposals (RFP); the solicitation number is N00178-00-R-1037. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. This item will be acquired through full and open competition. The associated standard industrial classification code is 3829; the Small Business Size Standard is 500 employees. The contractor shall provide: CLIN 0001 Motion Data Analysis System, 1 each; Option CLIN 0002 (if exercised) 35mm Color Film Scanner, 1 each OPTION EXERCISE PERIOD: The option for CLIN 0002 may be exercised anytime within 180 days after award of CLIN 0001. DESCRIPTION: This data analysis system shall include a processing workstation providing hardware and software to support analog image capture from external video source including camera, film scanner or SVHS recorder, digital image capture, review and edit, motion analysis, tabulation and plotting results, report generation, digital image archiving. This system shall have feature recognition tools to include contrast points, quadrant targets and user customizable templates and be able to track a minimum of 95 automatically. The system shall have multiple image windows with zoom capabilities and motion plane definition. Software shall include 2D and 3D tracking and analysis capabilities. The system shall be able to view and analyze images (including spin rate analysis) produced by existing Government property which includes Kodak/Roper HG-TX high speed digital cameras as well as the Hadland cameras (i.e. The system shall be compatible with Image Express Software). The system workstation shall include the following: a minimum of a Pentium II Processor; CD-RW CD Writer-Rewriter Drive; 20" high resolution monitor; S-VHS VCR; Electronic control of video switching; VCR Deck control software; Microsoft Windows NT 4.0 Operating System; Film scanner control software; Camera Control Software; Image Express compatible Standard Software Bundle; 2D and 3D Motion Analysis Software; 3D Static Point Measurement Software; Software to convert 16mm split frames (digital images) to continuous non-split frame "movie sequence; Software for fragmentation test, to collect points from several camera views and generates a "porcupine" plot of the radial fragmentation dispersion pattern. 16mm Film Scanner (640x480 pixels color), pin registered film transport, interchangeable to 35mm format; Application software for film scanner control, to operate film scanner from the workstation console. Capture functions shall include: full control of the film scanner operation including on-screen reviews and automated sequence capture and storage; full control of the S-VHS VCR deck and electronic control of the associated video switching; and full control of the Roper Digital imager including set up, ready and trigger conditioning, automated download, transmission and multi-threaded format conversion. Review functions shall include: simultaneous display and synchronization of multiple images sequences; a 32x-zoom window for detailed analysis and point position verification; a full set of image filtering and processing routines to adjust brightness, contrast, white balance, interlaced field settings, mirror image, edge enhancement, median noise reduction, mean noise reduction, frame differencing, invert and bayer color correction; simultaneous display and synchronization of multiple data derived from tracked point kinematics or imported sensor data; plot data conversion to tabular formats for review and export to other programs. Motion analysis functions shallinclude: 2D motion analysis including automatic point detection and tracking of positive and negative contrast points, quadrant targets and user defined feature match points; automatic point tracking to approximately 1/3 pixel accuracy; calibration from user defined motion planes including offset and skewed planes; user controllable track coasting during point obscurations; auto-tracker manual override and editing; angle of rotation and rotational velocities can be determined from a single quadrant target; 3D multi-camera view motion analysis including automatic point detection and tracking of positive and negative contrast points and quadrant targets; 3D processing of from two to nine camera views; automated multi-camera 3D calibration with auto prompt user guidance; 3D calibration can use standard or user defined calibration fixtures; automated bar coded data decoding for automatic transfer of calibration data; 3D analysis includes both 3D-motion tracking and 3D static point measurement; 3D "world view" plot is generated from the 3D track data. The 3D Motion Analysis software shall provide auto detection of bomb fragments appearing over time during an arena test, fragmentation data from several cameras integrated into a single data set, and 3D plot which reveals fragmentation geometry. The offeror shall include in the proposed price User's Manuals, system training and set-up. The Optional 35mm Color Scanner shall have pin registered film transport. WARRANTY Offerors shall offeror the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The warranty shall be of a minimum duration of 1 year from date of acceptance by the Government. DELIVERY: All deliveries shall be inspected and accepted at the point of destination. The system shall be delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, Attn: Code G63 no less than 120 days after contract award. INSTRUCTIONS -- The provision at 52.212-1, Instructions to Offerors Commercial applies to this acquisition. Addenda to far 52.212-1 Instructions to Offerors- Commercial Items: In order to maximize efficiency and minimize the time for proposal and capability evaluation, it is requested that the offeror submit a proposal in accordance with the format and content specified. The original shall be clearly identified as "ORIGINAL" and bear original signatures. The copies shall be complete and clearly identified as "COPY". The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by the DUNS number that identifies the offeror's name and address. The offeror shall provide documentation that shows their current active registration in the Central Contractor Registration (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. The offeror shall demonstrate their technical understanding of the requirements of this contract by submitting information which may include but not be limited to existing product literature, brochures, etc. that offers a product which will best meet the need's of the Government. This information shall provide complete specifications of the proposed system which will allow the Government to make this determination. A copy of commercial warranty provisions shall also be provided. PAST PERFORMANCE -- Each offeror shall provide points of contact of the last three sales for which they have provided the same or similar equipment. The references provided shall be in the following format: 1. Reference Organizational Name; 2. Point of Contact Contracting and Technical; 3. Point of Contact Address and Phone Numbers; 4. Type of Contract; 5. Dollar Value of Contract; and 6. Performance Period. Each point of contact will be asked to rate the quality of the product, timeliness of delivery and customer service. PRICE PROPOSAL -- The Price Proposal shall reflect the following information as a minimum: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list: (1) is regularly maintained. (2) is published or otherwise available for inspection by customers. (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such articles are commercial items sold in substantial quantities to the general public, at the prices listed in the above-mentioned catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (e) The offeror is requested to submit the following pricing information on the three most recent sales of the items being procured or similar items: date of sale; quantity; unit price; customer contract no.; customer name/phone number. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. EVALUATION -- The provision at 52.212-2, Evaluation- Commercial items, is applicable and the following evaluation criteria is to be included in paragraph (a). The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement. Areas to be considered are: number of tracking points; speed and processing capability of the associated workstation; capabilities of motion analysis software including the number of cameras from which data can be combined and the plotting of data; same-time analysis, and multi-window viewing of data/analyses; length and coverage provided by manufacturer's warranty. Past performance -- Offerors will be evaluated on quality of product; timeliness of delivery; and customer service. Price is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference. Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications- Commercial Items and, with its offer. The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The clauses at 52.212-5 and 252.232-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation) and, applies to this acquisition. Offers are due no later than 2:00 p.m. EDT on 19 May 2000. Offers should be sent to the attention of Code SD11D, Building 183, First Floor, Room 102, Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448/Phone (540) 653-7478/FAX (540) 653-7088/E-mail sd11@nswc.navy.mil. Posted 05/01/00 (W-SN449988). (0122)

Loren Data Corp. http://www.ld.com (SYN# 0211 20000503\66-0003.SOL)


66 - Instruments and Laboratory Equipment Index Page