Alaska Bids > Bid Detail

673 SFS INCIDENT SCENE RECONTRUCTION SYSTEM

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
  • R - Professional, Administrative and Management Support Services
  • U - Education and Training Services
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159950438794607
Posted Date: Feb 26, 2024
Due Date: Mar 8, 2024
Source: https://sam.gov/opp/97c6518a68...
Follow
673 SFS INCIDENT SCENE RECONTRUCTION SYSTEM
Active
Contract Opportunity
Notice ID
FA500024Q0015
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
PACIFIC AIR FORCES
Office
FA5000 673 CONS LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-09:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Feb 26, 2024 11:15 am AKST
  • Original Response Date: Mar 08, 2024 01:00 pm AKST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    AK 99506
    USA
Description

  • Sources Sought for the following requirment. Ensure your offer meets all of the salient characteristics to be considered.

  • This is for sources sought only, quotes are not being solicited at this time.

  • System Requirements:

    • Must initiate chain of custody (hash) the data at the time of device use to prevent possibility for data manipulation before transferring data to the storage device

    • Must have a ranging error of no greater than + or – 1mm and angular accuracy of less than 20 arc seconds to ensure greatest accuracy for the rendering of the incident scene.

    • Must utilize a class 1 laser product to allow utilization of the device within the area of the airfield without interference to airfield operations.

    • Must have a scanning range of no less than 350 meters to ensure quick and accurate collection of data involving the incident scene.

    • Must have an integral compass for accurate orientation of the scans.

    • Must have a field of view of no less than 300 degrees vertically and 360 degrees horizontally.

    • Must have a scan speed of no less than 97 Hz.

    • Must have an automatic leveling function for data consistency.

    • Must have an integrated HDR camera with a resolution of no less than 13 MPx to provide a visual scanning of the scene paired with the range and angular data collected.

    • Must have the ability to provide a height calculation for objects located in the scanned incident scene.

    • Capturing instrument must have a minimum data storage capacity of 64 GB.

    • Must provide a light weight stabilizing stand for the systems sensor head to prevent scanning inaccuracies during data collection at the incident site.

    • Must provide a portable workstation not connected to the AF Network with all required software and connection ports for data transfer from the scanning device to the workstation for storage and evaluation.

      • Must have the ability to integrate data provided through the BOSCH Crash Data Recovery System.

      • Must meet the following minimum requirements:

        • Processor: 1 GHz or faster with 2 or more cores, 64-bit

        • RAM: 32 GB

        • Storage: 512GB or larger, Solid State

        • System Firmware: UEFI, Secure Boot-capable

        • Graphics: compatible with DirectX 12 or later with WDDM 2.0 driver

        • Display: HD (720p) greater than 9” diagonally, 8 bits per color channel





    • Must provide a 5 year coverage for system labor and repair to include cleaning and calibration for the devices associated with the system. The vendor must provide a replacement system during all calibration and repairs conducted on the system at no cost to the end user for the duration of the coverage.

    • Must provide on site system training for 4 personnel to include train the trainer materials that may be reproduced for sole use of the Air Force for future training at JBER.




Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 907 552 5614 10480 SIJAN AVE STE 242
  • JBER , AK 99506-2501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 26, 2024 11:15 am AKSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >