SOLICITATION NOTICE
60 -- Optical Motion System
- Notice Date
- 7/25/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAD2137A002
- Archive Date
- 8/14/2012
- Point of Contact
- Marilyn L. Hockersmith, Phone: 15058464698, Carl Landreneau, Phone: 5058464877
- E-Mail Address
-
marilyn.hockersmith@kirtland.af.mil, Carl.Landreneau@kirtland.af.mil
(marilyn.hockersmith@kirtland.af.mil, Carl.Landreneau@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government intends to award one contract for one contract line item for an Optical Motion System required at Kirtland Air Force Base, New Mexico. NAICS code: 333314, Optical Instrument and Lens Manufacturing. This requirement is UNRESTRICTED. FOB: DESTINATION. Inspection and acceptance: DESTINATION. Delivery date: 90 days ADC Optical Motion System Specifications: PhaseSpace IMPULSE Motion Capture System, Model PS-Impulse8-X2 or EQUIVALENT : Optical motion capture system for motion tracking and position sensing to include an integrated hardware/software solution which uses active LED beacons and multiple cameras to triangulate key points on tracked objects in a laboratory setting. The system must provide solutions at data rates up to 960 hz with sub-millimeter accuracy and minimal dropout error. The system will consist of 8 cameras and is capable of tracking beacons/objects through a space which is 50'x50'. The 960 Hz System must have 42 active LED beacons, a Server Computer with integrated HUB, an LED base station and driver unit, LED strand kit, calibration materials, the applicable software package, an HP laptop for use as a "virtual camera", and a 1 year warranty with support service. The following are the provided hardware specifications: HARDWARE SPECIFICATIONS The entire system must consist of the elements below: • CAMERAS: Dimensions: 108 mm x 92 mm x 57 mm (4.25" x 3.62" x 2.25") Weight: 380 grams (13.4 ounces) Each camera achieves an Optical Resolution of 3600 x 3600 (12 Megapixel) using two linear detectors with 16-bit dynamic range. Onboard processors produce an impressive Subpixel Resolution of 30,000 x 30,000 at 480 Hz. • LED BASE STATION: Dimensions: 127 mm x 76 mm x 30 mm (5" x 3" x 1.2") Weight: 136 grams (0.3lbs) 2.4 Ghz Transceiver synchronizes the LED controllers with the server. • LED CONTROLLERS: Dimensions: 126 mm x 70 mm x 25 mm (5" x 2.75" x 0.85") Weight: 90 grams (0.2lbs) The LED Controller, an RF transceiver, utilizes an onboard microprocessor to control up to 72 LEDs. Battery life is 2 to 4 hours of continual use, up to 8 hours of typical use. • ACTIVE LED: Dimensions: 20 mm x 14 mm x 3.2 mm (0.8" x 0.55" Weight: 4.5 grams (0.01lbs) Each LED modulates at a unique frequency resulting in a unique digital ID. LEDs are available in Red visible and Infra-red versions. • SERVER COMPUTER: Dimensions: 44.76 x 17.78 x 45.43cm (17.6 x 7 x 17.9in) Weight: Starting at 10.7 kg Processor: Intel Quad Core The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov or https://orca.bpn.gov/login.aspx. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.232-33]; FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract FAR 52.252-1, Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ The following DFARS clauses are applicable to this delivery order: 252.201-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.203-7005, Representation Relating Compensation of Former DoD Officials; 252.204-7004 Alt A, Central Contractor Registration; 252252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7021, Trade Agreements; 252.255-7036 Alt I, Buy American Act- Free Trade Agreement- Balance of Payments Program; 252.232-7010, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt III, Transportation of Supplies by Sea. 252.225-7000, Buy American-Balance of Payments Program Certificates; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.239-7000, Protection Against Compromising Emanations, 252.243-7001, Pricing of Contract Modifications. AFFARS 5352.201-9101, Ombudsman. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. Partial Payments are not authorized. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD2137A002/listing.html)
- Place of Performance
- Address: Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02815533-W 20120727/120726000707-63491c714d543c68e9f32f787f61ef71 (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 |