Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625

United 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