Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SOLICITATION NOTICE

16 -- Aircraft Tracking Gimbal for Aircraft IR Measurement System

Notice Date
8/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-12-T-0016
 
Response Due
8/10/2012
 
Archive Date
10/9/2012
 
Point of Contact
Beth Chapman, 757-878-4827
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(beth.k.chapman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is W911W6-11-T-0016 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a firm-fixed-price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The applicable North American Industry Classification Standard (NAICS) code is 334511. The small business size standard is 750. AATD intends to purchase, on a competitive basis, under the authority of FAR clause 13.106-1(f), a heavy duty, moderate speed pan and tilt gimbal system to be utilized in support of its aircraft infrared (IR) measurement system. In order to facilitate the integration of the extensive suite of radiometric measurement equipment onto a unified aircraft tracking system, the Government has identified and established minimum system operational characteristics, capabilities, and specifications necessary to accomplish its mission requirements. Any proposed gimbal assembly and associated command and control hardware shall comply with, but not be limited to, the following capability/specification requirements: (1) PAN/TILT GIMBAL ASSEMBLY. (a) 400 pound minimum payload capability; (b) 330 degrees minimum (+/-165 degrees) pan-axis range; (c) user definable hard and soft limits on both axes rotation limits; (d) 0.01 - 20 /s @ 400 pound load on sensor mounting plate pan-axis speed; (e) pan/tilt +/- 0.1 positional accuracy; (f) 5 F to 120 F operating temperature; (g) stepper/geared motors motor type/drive; (h) RS232/422/485 and/or IP Ethernet 10/100 Base-T communication; (i) power supply compatible with 115VAC supply voltage. Power supply output as required by gimbal assembly and controller; (j) 100 foot minimum length for command/control/power wiring harnesses; (k) single, transverse sensor mounting plate with expansion capability capable of hosting multiple sensor arrays up to 400 pounds (noncounter balanced); (l) weight not to exceed 180 lbs. (2) GIMBAL CONTROLLER. (a) The system shall be provided with a controller with an imbedded joystick enabling full control of the pan and tilt angle and user variable/controlled angular rate; (b) The system shall be provided with an integral display presenting complete, real-time Azimuth, Elevation. The system shall also possess an auxiliary readout for display of other sensor data such as range or bearing; (c) The system shall be network compatible and possess an integrated Ethernet interface; (d) The system shall be provided with a microprocessor controller enabling integration with touch screen graphical user interface; (e) Supplemental - it is desired that an integrated, secondary joystick control be provided (or available for later acquisition) for remote control of pan/tilt gimbal. (3) TARGET TRACKING SYSTEM. (a) The system shall be provided with a fully integrated target tracking module capable of providing the following capabilities: (i) integrated compatibility with pan/tilt gimbal system; (ii) IP control data interfacing to pan/tilt gimbal system; (iii) serial interface for pan/tilt, visible camera, thermal imager, and other optional payloads; (iv) precision video tracking (on switchable Visible or Thermal video signals); (v) "Video over IP" hardware required to facilitate integration of up to 4 video signal sources. (b) The system shall possess tracking algorithm capabilities compatible with Ground to Air/Air to Ground Target Tracking: (i) The tracking system shall, as a minimum, be capable of providing stable, smooth tracking of hottest and/or brightest spot targets; (ii) The tracking system shall be capable of Dynamic Centroid tracking/Dynamic Correlation of presented targeting imagery. The tracking system shall possess, as a minimum, Scene Lock/Threshold Tracking/Motion Tracking algorithm routines. The tracking system should also employ logic based clutter rejection and rate gate algorithms to enhance rejection of false targets; (iii) The system shall be provided with all necessary Video Tracking Algorithms and necessary operational support. The acceptance criteria will be determined by importance in the following order: technically acceptable/lowest price/delivery time. Delivery, Inspection, Acceptance and F.O.B Point are Destination. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Also, in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration site prior to award. Clauses incorporated by reference include FAR 204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at the following link: http://farsite.hill.af.mil. Interested persons may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due not later than August 10, 2012, 4:00 p.m. EST and shall be submitted by regular mail to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Beth Chapman), 401 Lee Boulevard, Fort Eustis, VA 23604-5577 or by e-mail at beth.k.chapman.civ@mail.mil. Contracting Officer point of contact is Linda Diedrich, 757-878-4828, or at linda.d.diedrich.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f45f7b0bd51254fdccdc1609bd6d0519)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02827925-W 20120808/120806235008-f45f7b0bd51254fdccdc1609bd6d0519 (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.