Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

67 -- Sulfur Hexafluoride(SF6) Detection Infrared Camera

Notice Date
8/25/2010
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AEDC - Arnold Engineering Development Center, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335
 
ZIP Code
37389-1335
 
Solicitation Number
FA9101-10-R-0015
 
Archive Date
9/24/2010
 
Point of Contact
Lindsey G. Amacher, Phone: 9314544458, Tony Clayborne, Phone: 9314543918
 
E-Mail Address
lindsey.amacher@arnold.af.mil, tony.clayborne@arnold.af.mil
(lindsey.amacher@arnold.af.mil, tony.clayborne@arnold.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE. Arnold Engineering Development Center (AEDC), Arnold AFB TN intends to award a sole source contract to FLIR Systems, Inc., 25 Esquire Road, North Billerica, MA 01862, for a Sulfur Hexafluoride (SF6) Detection Infrared Camera with the following characteristics: A. Ability to provide real time visualization of sulfur hexafluoride (SF6) gas leaks. B. Capable of temperature measurement between at least: -40 degrees Celsius to 500 degrees Celsius. C. Minimum temperature measurement accuracy: +/-1% < 100 degrees Celsius and +/-2% > 100 degrees Celsius. D. Emissivity: fully user controlled. E. Reflected temperature correction: automatic based on input of the reflected temperature. F. Measurement corrections: reflected temperature, distance, atmospheric transmission, humidity, and external optics. G. Spectral range: 10.3-10.7 micrometers. H. Built in digital camera with still shot (JPEG) and video capabilities (MPEG4). I. GPS capable with location data able to be added to each photo. J. Field of view: 14 degrees X 10.8 degrees/ 0.5 m (minimum focus distance). K. Image modes: IR-image, visual image, and high sensitivity mode. L. Memory storage: SD card for both thermal and visual viedeo/photo. M. HDMI video output. N. Tripod mounting hole: ¼ by 20. O. case material: aluminum and/or magnesium. P. Operating temperature: -20 degrees Celsius to 40 degrees Celsius. Q. Weight: 2.5 kg, maximum. R. Dimensions: 310 mm length x 175 mm width x 165 mm height, maximum. S. Storage: furnish protective hard case. System control shall include the following: A. Camera shall be portable with a minimum of two rechargeable batteries and recharger. B. Camera shall have a tilting screen with high contrast color display. C. Camera shall have both automatic and manual focus with digital zoom. Software shall include the following: A. Capable of fully integrating with Microsoft Windows XP/Vista and shall be able to generate reports in standard Microsoft Office format, specifically MS Word. B. Reporter 8.3/8.5 Pro Infrared Software compatible. C. Digital image file format: JPEG. D. Video image file format: MPEG4. E. Camera shall use volatile memory to store images if camera images are stored on-board. F. Provide 4 seat license minimum for professional (non standard) analysis and reporting software. G. Software shall be capable of displaying histograms and line profile graphs. NIST traceable calibration certificate and calibration data good for one year minimum, shall be provided at camera delivery. This synopsis is approved for a sole source contract action as authorized in FAR 6.302-1 (supplies or services are considered to be available from only one source). No solicitation package will be issued. However, all interested sources may identify their interest but must provide proof of capability to provide an acceptable product by submitting pricing data, an accurate description of the equipment offered and make and model numbers of the equipment. Only responses containing this data will be considered for the purpose of determining whether to conduct a competitive procurement. Award will not be made on the basis of responses received to this synopsis. If no favorable responses are received by close of business (3:00 PM CST) 09 September 2010, a contract will be negotiated with the above named source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-10-R-0015/listing.html)
 
Place of Performance
Address: AEDC - Arnold Engineering Development Center, Arnold AFB, Tennessee, 37389, United States
Zip Code: 37389
 
Record
SN02255215-W 20100827/100826000037-aa7edc8b762e2a612190f581cd6a6877 (fbodaily.com)
 
Source
FedBizOpps 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.