MODIFICATION
66 -- Infrared Surveillance Sensors
- Notice Date
- 1/27/2005
- Notice Type
- Modification
- Contracting Office
- N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893605T0027
- Response Due
- 2/8/2005
- Archive Date
- 4/8/2005
- Point of Contact
- Anita Dale 760-939-3401 Diane Foucher, 760-939-8160, diane.foucher@navy.mil
- E-Mail Address
-
Email your questions to Anita Dale
(anita.dale@navy.mil)
- Description
- This synopsis replaces a synopsis published on 6 Dec 2004 for request for quotation N6893605T0027. The purpose of this synopsis is to resolicit interest in the requirement on a full and open competition basis in view of changes made to the specification. This synopsis also notifies all potential offerors that a new date for receipt of quotes is being established for N6893605T0027. A conformed version of the request for quotation is being posted on the FEDBIZOPPS and NECO websites. The conformed version contains all changes made to the request for quotation through amendment 0003. The Naval Air Warfare Center Weapons Division intends to procure seven (7) Infrared Surveillance Sensors (ISS) on a full and open competition basis. Characteristics the ISS must possess are: Real time Infrared (IR) snapshot imagery capability and output digital and analog video output signals; object field sensing capability that provides signals in digital video format; a spectral oper! ating band of 3-5 microns; Field of view (FOV) at least 35.49 degrees in the horizontal plane and at least 28.7 degrees in the vertical plane; resolution such that each pixel in the FOV shall subtend no greater than 1.1 milliradian in object space; Noise Equivalent Irradiance (NEI) less than 1 E-13 watts/cm^2 limited to the actual operating band; manual focusing capability; optics that focus the ISS from a near distance of 60 times its focal length to infinity and image position on focal plane array (FPA) that does not shift by more than 1.0% of the FOV when the image is focused from the infinity side to 60 times its focal length and vice versa; maximum geometric distortion of the focal plane image created by the ISS optical system that does not exceed 12%; imaging function performed by an electronically scanned staring FPA having at least 640 pixels horizontal by 512 pixels vertical; a frame rate for full array size images at least 30 Hz or greater; exposure range for the ! snapshot from less than or equal to 10 microseconds to 12 milliseconds at 60 Hz; detector array configuration used for snapshot capability selectable remotely with a RS422 or RS232 control link; no more than 50 defective or blemish pixels in the entire FOV; grouped defective pixels that do not exceed 5 in the middle 25% of the field of view; non-uniformity correction (NUC); a System dynamic range of at least 14 bit; maximum allowable blooming pixel radius not in excess of specified limits; closed cycle cryogenic cooler; an output image signal that does not contain annotation data; analog signals that conform to EIA RS-170 or NTSC composite video format; video frame rate of at least 30 per second; RS422 digital video signal which can be transmitted at least a distance of 10 feet; digital output compatible with the standard frame grabber modules available for the Matrox Odyssey Xpro Vision Processor Board; remote control from computer; standard video setup controls such as po! larity, NUC, AGC/Manual Gain/Offset; capable of operating with full performance in an environment of -20 to 130 degrees Fahrenheit and at an altitude of 0 to 12,000 feet; capable of withstanding transportation - (non-operational) vibration typical of a wheeled vehicle over rough unpaved roads; designed for use outdoors; includes dust covers; standard ?-20 mounting hole in base plate; size dimensions not in excess of 12 inches x 6 inches x 7 inches and no heavier than 20 pounds; operating on 100 to 140 VAC and 55 to 65 hertz and using less than 75 watts; MTBF of at least 3000 hours; cryogenic cooler life of at least 10,000 hours; includes all software required for remote control; gen lock capability; standard warranty with extended warranty option; documentation includes system description, operation manuals, software, factory test certification; best commercial practices packaging. Required delivery is two units no later than sixty (60) days after award, and the remain! ing five units deliverable one hundred fifty (150) days after award. Desired delivery is two units no later than thirty (30) days after award, one unit sixty (60) days after award, and four units ninety (90) days after award. A Firm Fixed Price (FFP) contract award is contemplated. A detailed performance specification will be provided with a written request for quotation posted on the Navy Electronic Commerce Online website at http://www.neco.navy.mil and the FEDBIZOPPS website at http://vsearch2.eps.gov/servlet/SearchServlet on/about 31 January 2005. The request for quotation closing date is anticipated to be 8 February 2005. This procurement is being conducted under the authority of the test program for commercial items (FAR 13.5). All responsible sources may submit a quotation that will be considered by the agency. Responses shall be submitted in writing to the Naval Air Warfare Center Weapons Division, Code 210000D, ATTN: Anita Dale, Bldg. 20259, Mail Stop 4015, ! 429 E. Bowen Road, China Lake, CA 93555-6108. See Note 12. NAICS Code = 334511 Place of Performance = N/A Set Aside = N/A
- Record
- SN00741519-W 20050129/050127212234 (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 |