Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,2000 PSA#2626

Contracts Group, NAVAIRSYFCOMHQ, Bldg 441, Unit 7, 21983 Bundy Road, Patuxent River, Md 20670-1127

70 -- DIGITAL IMAGING EQUIPMENT AND MOTION ANALYSIS SOFTWARE SOL N00421-00-R-0533 DUE 063000 POC Kelly Mabe, Contract Specialist, (301)757-8941; Maryellen K. Lyons, Contracting Officer, (301)757-2610 E-MAIL: MabeKD@navair.navy.mil, MabeKD@navair.navy.mil. Naval Air Warfare Center (Aircraft Division) Patuxent River, MD, Code 4.6.2.1 has a requirement to purchase digital imaging equipment and motion analysis software system for the In-Flight Escape and Crashworthiness test facilities. The equipment and software required includes digital imagers; communications cables; tripods; 25mm lens; 50mm lens; motion analysis processor and software; memory module; external power supply; battery and battery charger; lighting kit. This is a notice of intent to request a proposal from and negotiate with Roper Scientific MASD, Inc., 11633 Sorrento Valley Road, San Diego, CA 92121, on a sole source basis. Roper Scientific MASD, Inc. has been identified as the only reponsible source capable of meeting the Government's requirements. It is anticipated that a Firm Fixed Price contract will be awarded to Roper Scientific MASD, Inc. for the purchase of the digital imaging equipment and motion analysis software. The equipment and software must be compatible with the existing high-speed digital imaging and motion analysis system used for the In-Flight Escape and Crashworthiness test facilities. The existing system consists of High Speed 24 Bit Color Video Imagers; HG Junction Box; 100 meter HG Communications Cable; Imagery and Motion Analysis Software; Off Board Power Supply; CD Write/Vision Feature Software. The existing imagers meet the following minimum requirements: capable of 1000 frames per second; shutter time of 23 through 983 microseconds at 1000 full frames per second in 5 microsecond increments; resolution -- 512 (H) X 384 (V) photo-sensitive pixels; record time -- one second with a storage capability of 1024 full frames; a PCMCIA type 3 interface exists for archiving digital images onto removable storage media; power -- 22 to 42 VDC at 50W; can withstand 100g at 10 milliseconds (any axis, 1000 cycles), 50g at 100 milliseconds (any axis, 1000 cycles) and 16.5 g random vibration (5 to 2500 HZ); approximate size -- 4.3 in (W) X 5.5 in (H) X 12 in (L); weight of 15 lbs.; five (5) in 20 bolt mounts for mounting on bottom of each imager exists; junction box provides connections to access imager features; 100 meters of system compatible communications cable (including mating connector for one end). The existing software provides automatic imager identification; imager control; live image monitoring; image download from multiple cameras; on-the-fly conversion; experiment data management; rapid review of saved imagery. The existing motion analysis software provides fast playback of digital recorded imagery; 2X, 4X, 8X, 16X, or 32X zoom window; robust automatic tracking; quick analysis; flexible user controlled output. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and submit technical information and a technical capability statement in response to this notice. Responses shall be considered by the Naval Air Warfare Center Aircraft Division, Contracts. Responses without a return address, mailing address, and company telephone number will not be recognized. Proprietary data in the responses will be protected where so designated. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by assessing the CCR web site at http://ccr.edi.disa.mil/. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Responses to this synopsis should be sent via email to MabeKD@navair.navy.mil before 30 June 2000. See Numbered Note 22. Posted 06/19/00 (W-SN465954). (0171)

Loren Data Corp. http://www.ld.com (SYN# 0248 20000621\70-0009.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page