Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 8, 2001 PSA #2868
SOLICITATIONS

63 -- WIDE AREA THERMAL IMAGER

Notice Date
June 6, 2001
Contracting Office
ESC/FD, Force Protection, 5 Eglin Street, Hanscom AFB, MA = 01731-2100
ZIP Code
01731-2100
Solicitation Number
N/A
Response Due
June 19, 2001
Point of Contact
POC: Mr. Rainer Burger, 781-377-6352. Contracting Officer: = Ms. Alicia J. Gettman, 781-377-8671.
E-Mail Address
Click Here to E-mail the POC (POC: Rainer.Burger@Hanscom.af.mil Contracting Officer: Alicia.Gettman@Hanscom.af.mil)
Description
This is not a solicitation, but market research to determine potential sources for Government evaluation. The Force Protection Command and Control Systems Program Office (ESC/FD) wishes to identify sources for a commercially available Wide Area = Thermal Imager (TI) for deployment at overseas field locations for the = Flightline Security Enhancement Program (FSEP) with the following characteristics: (1) Thermal Imager. The Thermal Imager shall consist of a passive = Thermal Imaging camera incorporating two field of view (FOV) optics, an = infrared (IR) detector array, signal processing electronics, environmental = housing, and connections to an existing pan and tilt unit (PTU); (2) Cooling. The Thermal Imager shall not require cryogenic cooling; (3) = Mean Time Between Critical Failure (MTBCF). The uncooled Thermal Imager = shall have a MTBCF of 1 (one) year (8640 hours) minimum; (4) Video Format. Video format for all Thermal Imagers shall conform to European = standards, 50 Hz, ITU-R BT.470.4 (CCIR). US standards (RS-170) conformance is = also desirable; (5) Range Performance. The Thermal Imager shall be able to detect a standing human target with minimum physical characteristics of five feet in height and 75 pounds in weight moving at speeds of 0.15 meters per second to four meters per second at a distance of at least = 500 meters, and a moving (five MPH minimum) vehicle (pickup truck) at a distance of at least 1000 meters in a clear atmosphere, visibility of seven miles, under ambient conditions; (6) Resolution. The focal plane array must have at least 320 detector elements in the horizontal dimension and 240 detector elements = in the vertical dimension; (7) Field of View (FOV). The Thermal Imager = shall have a minimum of two FOV. Digital zoom is an option; (8) Aspect = Ratio. The width to height ratio should be between 1.0 (one) and 2.0 (two); = (9) Wide Field of View (WFOV). The Thermal Imager in the WFOV shall have characteristics (a) Horizontal FOV: no less than 24.0 degrees, (b) = Minimum Focus: 20 meters; (10) Narrow Field of View (NFOV). The Thermal Imager = in the NFOV shall have characteristics (a) Horizontal FOV: no greater than 6.0 (six) degrees + 10 percent, (b) Minimum Focus: 30 meters; (11) = Focus Continuity. No focusing of the Thermal Imager shall be required during FOV change; (12) Thermal Contrast. Digitally controlled contrast = (gain) and brightness (level), with full automatic mode at user discretion = shall be provided; (13) Saturation Protection. The Thermal Imager shall exhibit no = permanent damage from hot spots caused by direct solar illumination, solar glint, gun blasts, projectile impact, and missile firing; (14) Minimum = Resolvable Temperature Difference (MRTD). The maximum acceptable corresponding values for the two-dimensional MRTD function shall be 1.0 cycles per milliradian at 0.35 degrees Celsius and 1.3 cycles per milliradian at = 1.0 degrees Celsius; (15) Cold Start Time. A start-up time (into-operation time) of no more than 5 (five) minutes at nominal (23=B0C) temperatures = is required; (16) Remote Controls. All Thermal Imager functions shall be remotely controlled using simple serial data protocol over TIA/EIA-485 standard interfaces. These functions shall include, as a minimum, = focus, FOV change, brightness (gain), contrast (offset), thermal polarity (black-hot/white-hot), and automatic gain/level (enable/disable). The automatic mode shall be enabled/disabled by remote control; (17) The TI must be packaged in a completely sealed unit with full environmental hardening. Interested potential sources are requested to provide details on the product and specifications as well as approximate unit cost. Contractors will indicate whether or not their equipment and services are offered = through the GSA schedule or any other government agency contract. Published = GSA prices, discounts and any quantity price break information should also = be provided. If sufficient potential exists, we may test the = most-promising candidate(s), with a goal of adding the thermal imager to the product baseline. Interested potential sources should submit packages = containing the above requested information by 19 Jun 01 to ESC/FDK, 5 Eglin = Street, Building 1624 1st Floor, Hanscom AFB MA 01731-2100, Attn: Ms Alicia J. Gettman. Electronic (Email) responses = to the POC and the Contracting Officer are encouraged. Note that the HANSCOM Electronic RFP Bulletin Board (HERBB) will be the primary = source of information for this activity. Interested parties should check it = for updates and subscribe to the HERBB update service for the Wide Area Thermal Imager project. This synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate = acquisition approach. The Government will not reimburse the contractor for any = cost associated with preparing or submitting a response to this notice. An Acquisition Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman = role is to hear concerns, issues, and recommendations and communicate these = to the appropriate government personnel. The Ombudsman will maintain = strict confidentiality if desired. The Ombudsman does not evaluate proposals = or participate in source selection. You can contact the Ombudsman at (781) 377-5106.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20010608/63SOL001.HTM (D-157 SN50O1C7)

63 - Alarm, Signal and Security Detection Systems Index  |  Issue Index |
Created on June 6, 2001 by Loren Data Corp. -- info@ld.com