Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2003 FBO #0445
SOLICITATION NOTICE

66 -- Ball Gimbal System

Notice Date
2/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-03-R-JR02
 
Response Due
2/27/2003
 
Archive Date
3/14/2003
 
Point of Contact
Jerry Riles, Contract Specialist, Phone 228-688-4259, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
jriles@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. The solicitation, N00173-03-R-JR02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-12 and DFARS Change Notice 20021220. This is a Full and Open competitive procurement. The associated NAICS code is 334511 and small business size standard is 750 employees. The Naval Research Laboratory has a requirement for a 21 inch gyrostabilized ball gimbal system. The parameters for the ball gimbal accuracy and stabilization are as follows: (a) Must have a weight of less than 100 lbs (with no sensors in gimbal), (b) Diameter of at least 20.8 inches, (c) Power requirements should not exceed 500 watts continuous or 1kW peak, (d) Operating temperature range of minus 50 degrees C to plus 50 degrees C, (e) Storage temperature range of minus 55 degrees C to plus 70 degrees C, (f) Pointing accuracy of 3 milliradians or better, (g) Pointing stability of 5 microradians or better, (h) Sensor payload weight capability of at least 90 lbs, (i) Max airspeed (operating) of at least 350 KIAS, (j) Max airspeed (non-operating) of at least 400 KIAS, (k) Max operational altitude of at least 30,000 feet, (l) Max non-operational altitude of at least 36,000 feet, (m) Must be designed to meet all specifications in a P-3 aircraft or helicopter operational vibration environment, (n) A minimum slew rate of 1 radian per second. A faster slew rate is desirable, (o) Fields of regard: at least 360 degrees azimuth and plus 30 degrees to minus 120 degrees elevation, (p) Must have at least 55 contacts in a slip-ring configuration for signals and power to be sent to and received from the inside of the gimbal, (q) Slip 睦ing contacts must be capable of transmitting high-speed digital data, such as data defined in the IEEE 1494 standard. Such data could be high speed digital video from a digital camera sensor, (r) Must be able to be controlled in a step-stare mode with a desired capability of 10 steps per second with 0.8 degree steps, (s) Must be fully functional for pointing and stabilization operations and with an Interface Control Document of sufficient detail to allow external control of the pointing functions of the gimbal by user supplied software and hardware, (t) The ball gimbal is not required to contain any windows, EO/IR sensors, laser rangerfinders, or laser designators, but it must have an optical bench or equivalent area internal to the gimbal that allows mounting of sensor hardware and optics, (u) Must have an easily modified outer shell for placing user defined windows and apertures, (v) It is acceptable for the ball gimbal to have been used in previous flight tests or demonstrations, but the system must be completely reconditioned and meet all the listed specifications, as well as all normal specifications and warranties of a new commercial unit of the same model. The contractor shall offer the Government the same warranty terms, including offers of extended warranties, offered to the general public under customary commercial practices. The warranty period shall begin upon system acceptance. The contractor shall provide a set of all written documentation customarily provided to the public for the required commercial item, including user manuals, operation and maintenance manuals, software and hardware documentation. Delivery and acceptance is at NRL, 4555 Overlook Ave. SW, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than six months from date of award. The provision at 52.212-1, Instructions to Offerors佑ommercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm. The clause at FAR 52.212-4, Contract Terms and Conditions佑ommercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.203-3, Gratuities(APR 1984), FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999), FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: DFAR 252.206-7000, DFAR 252.225-7012, DFAR 225-7036, DFAR 252.227-7015, DFAR 252.243-7002, DFAR 252.247-7023, DFAR 252.247-7024. The following additional FAR clauses apply: 52.203-8, 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and two copies of the offeror痴 proposal shall be received on or before 3:00 P.M. local time, 10 March 2003, at the Naval Research Laboratory-SSC, Attn: Contracting Officer, Bldg. 1007, Room 47, Stennis Space Center, MS 39529-5004. The package should be marked with the solicitation number, due date and time. NOTE: Other business opportunities for NRL are available at our website: http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/Code3235/N00173-03-R-JR02/listing.html)
 
Record
SN00261141-F 20030220/030218215900 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.