|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625United States Special Operations Command, Directorate of Procurement
(SOAL-KB), 2418 Florida Keys Ave., MacDill AFB, FL 33621-5316 20 -- UPGRADE OF MARISYS SCREENS SOL USZA22-00-Q-5002 DUE 070300 POC
John Hayes (813) 828-6038, Contracting Officer Charlie Bright (813)
828-7322 FAX (813) 828-7504 E-MAIL: click here to contact the
Contracting Officer via, hayesd@socom.mil or brightc@socom.mil. The
United States Special Operations Command intends to issue a purchase
order on a sole source basis to Marisys, Inc. for the upgrade the
existing Marisys screens on the MK V. This is a sole source commercial
item being conducted in accordance with FAR 13 and FAR 12. The reason
justifying this sole sources is that the Marisys screens were
initially competitively selected for installation on the MK V Special
Operations Craft and the Government does not own the proprietary rights
of the Marisys screens to perform the upgrade. The Government intends
to purchase 6 initial test articles to ensure requirements/needs are
met, then follow on procurements by individual Combatant Craft Program
Office units on an as needed basis may be authorized. The requirement
is for a display that shall fit within a 13- inch by 15-inch area. The
display shall be mounted in a console. Support for a resolution of 800
by 600 (SVGA) shall be available to ensure compatibility with other
installed components. The viewing size should be maximized for the
available mounting space but should be no less than 10.4 inches
diagonal. The display shall be readable in bright sunlight. Our
research to date indicates that a brightness of at least 1000 NITS is
the minimum that will allow bright sunlight readability. The display
must be night vision device compatible. The display should
incrementally dim from brightest setting to zero (absence of light)
with controls in front of the screen. The power requirements for the
display should be 24v DC. The operating temperature range of the
display should be at least from 0 to 150 F. For shock and vibration,
the display should withstand accelerations and g-forces experienced by
small (less than 80 ft in length), high-speed craft (50 knots plus) in
moderate seas (4-8 foot waves). Demonstrated, documented ability to
meet MIL-STD-810D requirements is a good initial start toward
demonstrating ability to withstand environmental conditions. . A design
to reasonable commercial shock and vibration standards may be
acceptable. The display shall be watertight. The display shall not
allow water intrusion when exposed to complete submersion for depths up
to three feet for periods up to one hour. A NEMA 4 or IP 65/66
watertight enclosure is a good initial start toward demonstrating
water-tightness. The display shall withstand changes in climatic
conditions and external pressures ranging from those that may be found
at sea level while underway in any part of the world to those
experienced in the cargo hold of an aircraft flying up to forty
thousand feet. The display will be inserted on a craft that requires a
long (~50ft) video cable run between a computer and display. The
display should meet as many commercial and military interface standards
as reasonable to allow for the use of the maximum types and models of
computers and video sources. The government has no interest in funding
the development of displays tailored for this specific use. U.S. and
foreign firms interested in providing information should submit, in
writing, a description of their product which fulfills the Combatant
Craft Program Office requirement, testing results demonstrating product
performance, along with price and availability information. This notice
of intent is not a request for competitive quotations. However, all
proposals received by 3 July 2000 will be considered by the Government.
A determination by the Government not to compete with this proposed
contract based upon responses to this notice is solely within the
discretion of the Government. Information received will normally be
considered solely for the purpose of determining whether to conduct a
competitive procurement. The anticipated award date is 5 July 2000. All
responsible sources may submit a quotation which shall be considered by
the agency. Offers may be facsimiled to (813) 828-7504. Offerors must
be registered in the Central Contractor Registry (CCR) to be eligible
for award Posted 06/16/00 (W-SN465761). (0168) Loren Data Corp. http://www.ld.com (SYN# 0165 20000620\20-0001.SOL)
20 - Ships and Marine Equipment Index Page
|
|