Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

70 -- LED Projectors - J&A LED Projectors

Notice Date
12/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
1300185223
 
Point of Contact
Anthony McEntegart, Phone: 407-381-8614, Matthew S Fehl, Phone: 407-380-4251
 
E-Mail Address
anthony.mcentegart@navy.mil, matthew.fehl@navy.mil
(anthony.mcentegart@navy.mil, matthew.fehl@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A LED Projectors This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Reference PR1300185223 Request for Quotation (RFQ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-46. No set-aside is applicable to this procurement as the government expects a single source response to the synopsis. The NAICS code for this procurement is 334119. Requirement: Light Emitting Diode (LED) High Definition Projectors capable of emitting wavelengths within the near infrared spectrum in order to produce the proper testing environment to evaluate the stimulation of Night Vision Goggles. This infrared LED must be driven by a separate independent source. Projectors must meet the following minimum requirements: - Projector shall be capable of accepting a digital signal and driving a panel resolution of no less than 1920 x 1080. - Projector shall be driven with HDMI or DVI input. - Projector shall be capable of projecting visible energy (red, green, and blue) and near-infrared energy. - The projector shall utilize an LED light source capable of emitting both the visible and infrared spectrums. - The infrared energy shall be user configurable (such as enabling/disabling the infrared spectrum and varying the intensities of the infrared spectrum). - The projector shall be capable of projecting infrared energy independent of the visible spectrum driven by a separate DVI or HDMI input. - The projector shall be capable of projecting the infrared energy based on the visible spectrum without an independent DVI or HDMI input. - The projector shall be capable of operating with standard 110V 60 Hz 15A circuit. - Projector shall be capable of outputting a minimum luminance of 500 lumens. - Projector shall be capable of outputting a luminance uniformity greater than 85 percent. - Projector shall include a lens with a throw ratio of less than or equal to 0.73:1. - Contractor shall provide a projection system with a minimum of two (2) years hardware warranty, with next business day on-site support. - Contractor shall provide the mounting bracket for the two (2) supplied projectors. - Contractor shall provide standard user and maintenance manuals for the two (2) supplied projectors. Christie Digital Systems is currently the only known provider of these specific projectors. Future acquisitions of this item could possibly consider other vendors. See attached sole source justification. All responsible sources may submit a capabilities statement, which shall be considered by the agency. The Government solely for the purpose of determining whether to initiate a competitive procurement will consider all capabilities statements received. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. Quantity: 2 each Delivery: Not to exceed 60 days after award. Deliver to NAWCTSD, 12350 Research Parkway Orlando, FL 32826 Attn: Michael Felix. Acceptance at destination. The following FAR and DFARS Clauses and Provisions apply: 52.204-7, 52.212-1, 52.212-3, 52-212-4, 52.212-5(20,21,22,23,25,34,39), 252.211-7003,252.212-7001(1,5,19),252.232-7010 To be eligible for award the successful offeror must be properly registered in the Government's Central Contractor Registration (CCR). Companies may register at: http://www.ccr.gov/. No DPAS rating applies. Offers shall be submitted no later than 27 December 2010 1600 EST. Offers shall be submitted to anthony.mcentegart@navy.mil. Inquiries may be submitted to the same or via phone at 407-381-8614.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/1300185223/listing.html)
 
Record
SN02345590-W 20101218/101216234225-b782c751e767098c5c9b300412c975e3 (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.