SOLICITATION NOTICE
59 -- PAN AND TILT VIDEO CAMERA PLATFORM
- Notice Date
- 7/22/2015
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NASA Office of Procurement, Stennis Space Center, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- 4200552166
- Response Due
- 7/31/2015
- Archive Date
- 7/22/2016
- Point of Contact
- Sonia Rushing, Contract Specialist, Phone 228-688-1620, Fax 228-688-1141, Email sonia.rushing-1@nasa.gov - Gerald L Norris, Contracting Officer, Phone 228-688-1718, Fax 228-688-1141, Email gerald.l.norris@nasa.gov
- E-Mail Address
-
Sonia Rushing
(sonia.rushing-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/SSC Office of Procurement intends to issue a sole source, firm-fixed price contract to MOOG Inc. for the procurement of a Pan and Tilt video camera platform manufactured by MOOG Inc. Part ID: 7-22HSB-MWS, description: QPT-201CM 435 FT-B 24VDC STD, (Qty of 30). The MOOG Pan and Tilt shall have the following specifications: 1.Payloads up to 8 ft-lbs (10.8 Nm) 2.Analog driven or Digital Serial Integrated Controller (IC) models 3.Mounting platforms include plain formed table top and table top with single tilt-axis connector 4.Internal wire table top for pass-through or IC sensor wiring on certain models 5.Fixed, Inverted or Mobile Installations 6.Mil-Spec Connectors 7.Tough metal housing and gearing for durability in harsh environments 8.Marine configuration that meets IP-67 standards 9.Shock & Vibration Mil-spec tested. 10.Operating Voltage Range: 24VDC (4VDC) Pan & Tilt Axes: 0.85A at 24VDC Heater: 2.7A at 24VDC Standby: <0.1A at 24VDC (no heater current) 11.Pan-Axis Range: 360 continuous rotation (slip ring) 435 (217.5) (non-slip ring) Pan-Axis Speed: 2 - 35/sec Tilt-Axis Range: 180 (90) Tilt-Axis Speed: 1.0 12/sec 12.Rotational Limits: Fixed tilt hard limit, adjustable soft limits on both axes Feedback: Optical Encoders (0.01 readout) or Potentiometers (0.25 readout) Repeatability: 0.25 Duty Cycle: 20% 13.Motor Type / Drive: Stepper and DC Brush 14.Communication to Pan & Tilt: RS232 / 422 / 485, IP Ethernet: 10/100 Base-T Communication to Sensors: RS232 / 422, Ethernet Pass-Through Control Protocol: QuickSet (standard) and Pelco D (optional) 15.Mil-Spec grade used on all configurations Load Connector Interfaces: 1 Mil-Spec connector at tilt axis (certain models) Materials: Housing 6061-T6 Aluminum, stainless steel hardware, permanently sealed radial ball bearings Finish / Color: Powder coat paint over alodined chromate for corrosion resistance standard. Other colors and CARC available upon request Serial IP Features Microprocessor control Software controlled with status feedback Serial Communication: RS232/422/485 and IP Control Protocols: QuickSet and Pelco D 2 programmable tours and 32 presets Tilt Connector Features Pass-through wiring Full feature serial control of single sensor Motor drivers for camera lens zoom and focus control 1 Auxiliary relay control for wiper, illuminator, laser range finder, etc. Analog Features Simple command and control with one controller for one positioner Azimuth/Elevation position feedback output Power supply integrated into controller 1 Auxiliary relay control for wiper, illuminator, laser range finder, etc. Mil-Spec Shock & Vibration Passed Shock: MIL-STD-810F Meth.516.5 Passed Vibration: MIL-PRF-49256A MOOG Inc. appears to be the only authorized service provider/manufacture for the Pan and Tilt video camera platform in the United States. The estimated period of performance or lead time for delivery is 8 weeks. MOOG Inc. is the only know manufacture of the Pan and Tilt video camera platform. There will be only one award made for this requirement. This is a sole source commercial acquisition under the authority of FAR Parts 6.302 and 10 U.S.C 2304 (c). The Government believes only one responsible source can provide the services that will satisfy the Agencys requirements. This notice of intent is not a Request for Quote (RFQ) for competition. Interested organizations may submit their capabilities and qualifications to perform the effort, in writing, to the identified point of contact not later than 2:00 p.m. (local time) on July 31, 2015. Statement of capabilities must contain sufficient details to review vendor's capabilities. Submissions will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis.Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. The NAICS Code and Size Standard are 334220 and 750 respectively. FOB is destination. It is anticipated that a solicitation will be issued to MOOG Inc. on or about August 3, 2015. An ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://prod.nais.nasa.gov/eps/nasanote.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/4200552166/listing.html)
- Record
- SN03805849-W 20150724/150722235226-4a361d641300f408e73b6371a37e8446 (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 |