Текущее время: 19 апр 2024, 10:03


Часовой пояс: UTC + 3 часа




Начать новую тему Ответить на тему  [ Сообщений: 11 ] 
Автор Сообщение
СообщениеДобавлено: 03 апр 2013, 18:55 
Модератор
Аватар пользователя

Зарегистрирован: 04 ноя 2012, 21:16
Сообщений: 1511
Откуда: MO, Krasnogorsk
Команда: 22 SAS Regiment D Squadron
Первый пост будет постоянно обновляться и дополняться согласно новой информации.
Если у есть любая официальная инфа с контрактами, спецификациями (документы, скриншоты, фотографии маркировок трубок, ссылки на .gov) - прошу выкладывать в теме, желательно со ссылкой на источник.

Для затравки:

OMNI VI
Контракт DAAB07-02-C-J009, ITT, Date award 01.2005, NSN 5855-01-504-4590, MX11769UV
https://www.fbo.gov/index?s=opportunity ... e&_cview=1

_________________
Live hard, die young, make a good-looking corpse.


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 04 апр 2013, 05:06 
Аватар пользователя

Зарегистрирован: 10 янв 2013, 08:52
Сообщений: 175
Откуда: Omsk
Команда: GRUNTS
А что у австралийцев не так?
http://aunv.blackice.com.au/cgi-bin/nightvision/forum?index=discussions&story=omni
Не доверяешь? Там не с потолка всё взято.


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 04 апр 2013, 17:17 
Модератор
Аватар пользователя

Зарегистрирован: 04 ноя 2012, 21:16
Сообщений: 1511
Откуда: MO, Krasnogorsk
Команда: 22 SAS Regiment D Squadron
smile писал(а):
А что у австралийцев не так?
http://aunv.blackice.com.au/cgi-bin/nightvision/forum?index=discussions&story=omni
Не доверяешь? Там не с потолка всё взято.

У тебя есть данные откуда они эту инфу берут? Например, откуда они взяли что контракт DAAB07-02-C-J008 был в Omnibus IV и Omnibus VI одновременно?

OMNI VI
Контракт DAAB07-02-C-J008, Date award 09.2004
https://www.fbo.gov/index?s=opportunity ... 6b4220c480

А на самом деле в этом контракте было еще 25000 старых трубок MX10160A/UV, кроме почти 70000 более новых трубок MX10160C/UV.
https://www.fbo.gov/index?s=opportunity ... f1f7fa2cc1

И да, принадлежность/характеристики трубки MX10160A/UV с контрактом DAAB07-02-C-J008 у них нигде не указаны.
Да, не доверяю. Лучше сам сделаю.

_________________
Live hard, die young, make a good-looking corpse.


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 04 апр 2013, 19:27 
Модератор
Аватар пользователя

Зарегистрирован: 04 ноя 2012, 21:16
Сообщений: 1511
Откуда: MO, Krasnogorsk
Команда: 22 SAS Regiment D Squadron
http://www.defense.gov/contracts/contra ... actid=2259
DAAB07-02-C-J009, ITT
DAAB07-02-C-J010, Litton
DAAB07-02-C-J008, ITT

_________________
Live hard, die young, make a good-looking corpse.


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 05 апр 2013, 04:48 
Аватар пользователя

Зарегистрирован: 10 янв 2013, 08:52
Сообщений: 175
Откуда: Omsk
Команда: GRUNTS
у меня 009, я не парюсь )))


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 05 апр 2013, 16:48 
Модератор
Аватар пользователя

Зарегистрирован: 04 ноя 2012, 21:16
Сообщений: 1511
Откуда: MO, Krasnogorsk
Команда: 22 SAS Regiment D Squadron
smile писал(а):
у меня 009, я не парюсь )))

DAAB07-02-C-J009 - спецификация не A3256350 случаем?
Будешь смеяться - есть и такая непроверенная инфа:
http://www.ar15.com/archive/topic.html? ... 8&t=384579
Цитата:
need to correct you here. These are both OMNI IV Milspec ITT non-gated tubes.
Still good tubes, but not Pinnacles.

Impyman has not been covering Contract numbers this time as there are none.
These tubes come from a cancelled contract and were legally resold on civilian market.
Правда знаю пользователя с такой трубой - у него пищит и мерцает, как и положено Pinnacle auto-gated.

_________________
Live hard, die young, make a good-looking corpse.


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 05 апр 2013, 17:29 
Модератор
Аватар пользователя

Зарегистрирован: 04 ноя 2012, 21:16
Сообщений: 1511
Откуда: MO, Krasnogorsk
Команда: 22 SAS Regiment D Squadron
http://www.wbparts.com/rfq/5855-01-422-4720.html
DAAB07-01-D-N413, Litton, 5855-01-422-4720, MX-10130D/UV, A3256388, F9810R

_________________
Live hard, die young, make a good-looking corpse.


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 05 авг 2013, 22:33 
Модератор
Аватар пользователя

Зарегистрирован: 04 ноя 2012, 21:16
Сообщений: 1511
Откуда: MO, Krasnogorsk
Команда: 22 SAS Regiment D Squadron
https://www.fbo.gov/?s=opportunity&mode ... 6&_cview=0
Цитата:
Solicitation Number:
RFQ127689
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
Added: April 28, 2004
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 Federal Bureau of Investigation has a requirement for Night Vision Pocketscopes (NVP). This is a Request for Quotation (RFQ) the solicitation number is RFQ 127689. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. This procurement is unrestricted. The Standard Industrial Classification Code is 3827, and the North American Industry Classification System (NAICS) is 333314. The Business Size Standard for this solicitation is 500 employees. Line-item #1: Basic Module 1X Viewer Kit; {a} NVP module; uses a maximum of two standard "AA" batteries, must provide a minimum functional life of 30 hours of continuous operation; infrared (IR) light emitting diode (LED); power switch controlling at least the three functions ON/OFF/IR; red light visible through the eyepiece, which is activated when the IRLED is in use; low battery indicator; standard 1/4 x 20 tripod mount tapped hole. {b} third generation, image intensifier type MX-10160 meeting the OMNI VI enhanced performance parameters as stated in Line-Item# 6. {c} objective lens assembly that was specifically designed for use with U.S. military night vision devices; system magnification of unity; fixed aperture (no internal iris control); maximum f/number is f/1.2; maximum T/number is T/1.3; minimum on-axis MTF: 84 % at 20 lp/mm and 61% at 40 lp/mm; minimum off-axis full field MTF (radial): 38% at 20 lp/mm and 15% at 40 lp/mm; minimum off-axis full field MTF (tangential): 28% at 20 lp/mm and 10% at 40 lp/mm; minimum off-axis 2/3 field MTF (radial): 48% at 20 lp/mm and 21% at 40 lp/mm; minimum off-axis 2/3 field MTF (tangential): 39% at 20 lp/mm and 15% at 40 lp/mm;. {d} a monocular eyepiece lens assembly having a minimum optical performance as described in MIL-PRF-49427. {e} C-mount adapter. {f} Carrying Case, as specified in Line-item#7. System performance/environmental: infinity (1X) system resolution-minimum 1.30 lp/mR; 1X close focus resolution- minimum 0.60 lp/mR at 25 centimeters; minimum system brightness gain 3000; Immersion-three feet minimum for a minimum of 30 minutes; Minimum Temperature storage: -51 C to +71 degrees C; Operating temperature: -51 C to +49 degrees C. Line-Item#2: Objective lens assembly that was specifically designed for use with night vision devices; fixed aperture (no internal iris control); focal length shall be 75 ± 1 mm; maximum f/number is f/1.3; maximum T-number is T/1.5; minimum MTF- 50 % at 30 lp/mm. Examples - ITT, 75mm lens Part# 273619 and Litton 75mm lens Part# 209741-100. Line-Item#3: Relay lens; specifically designed for the purpose for coupling to either a CCTV a photographic camera; magnification-1X; maximum f/number is f/1.8; minimum transmission- 80 %; minimum MTF of 60 % at 30 lp/mm. Examples - ITT, Part# 267493 and Litton, Part# 206420-100. Line-Item# 4: Relay lens; specifically designed for the purpose of coupling the housing module to a CCTV camera with a 2/3 inch format magnification-0.667X; maximum f/number is f/1.5; minimum transmission- 80 %; minimum MTF - 40% at 30 lp/mm. Examples - ITT, Part# 266653 and Litton, Part# 206812-100. Line-Item# 5: Objective lens assembly that was specifically designed for use with night vision devices; refractive design; fixed aperture; focal length - 162 ± 2 mm; maximum f/number is f/1.70; maximum T-number is T/1.8; MTF-minimum: 60 lp/mm at 30% modulation. Examples - ITT, 162mm lens Part# 273601 and Litton, 162mm lens, Part# 241627-100. Line-Item# 6: Image intensifier assembly; Type MX 10160 with internal auto-gating and complying with the performance parameters as specified in MIL-PRF-A3279453(NVI) dated 03 May 2002 or the latest version modified to have a minimum resolution of 64 1p/mm and manufactured by a company that has been pre-certified by the U.S. Army Night Vision/PM Sensors and Laser, Fort Belvoir, Virginia. Line-Item# 7 - Pelican Model 1520 Carrying Case (color: Black), or equivalent, with a removable, single piece (non-pick n’ pluck), black polyethelene, foam insert specifically molded to accommodate all of the components, Line-Items 1 - 5, of the Night Vison Pocketscope kit with five auxiliary slots to accommodate additional miscellaneous components and/or adapters and four vertical slots for “AA” batteries. Line-Item#8 - Tripod Adapter Assembly, a removable, black adapter specifically designed to fit on the 162mm Objective Lens and provide an optimum balance point when the lens and pocketscope are mounted on a tripod. The adapter has a standard 1/4 x 20 taped hole. Compatibility. Line-items# 1 -6 must be fully compatible with the FBI's current inventory of Night Vision Pocketscope kits which consist of Litton Systems models M944 and M944A and ITT Night Vision model NE6010F. Quality Assurance. As a minimum the Contractor shall furnish all inspection data documentation for each intensifier assembly purchased under the contract. The Government reserves the right to witness any testing that is performed on the image intensifier and the system. The Contractor shall be required to notify the COTR a minimum of fourteen (14) work days in advance of any testing that will be performed on the image intensifier assembly and the system. The Contractor and all Subcontractors must be ISO 9001 certified. Warranty. The contractor must provide, at a minimum, the standard one year commercial warranty on all products. Delivery. The maximum acceptable delivery is six months ARO for any order up to 300 units. On any order in excess of 300 units, the maximum delivery will be one year ARO. A commercial item firm-fixed price, indefinite delivery, indefinite quantity contract is contemplated with an initial base year and four one-year options. The estimated minimum will be $150,000 with an estimated maximum of $4,900,000 over the life of the contract. Orders will be delivered, FOB destination, to the Engineering Research Facility (ERF), Building 27958A, Attn: Robert Willis, Quantico, VA 22135. The following provisions and clauses are applicable to this acquisition (The full text clauses can be obtained at Web Site (FAR) http://www.arnet.gov/far/): (A) 52.212-4 Contract Terms and Conditions-Commercial Items; (B) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2004). The following clauses/provisions are applicable to Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: 52.203-6 Alt I. (JUL 1995); 52.219-4 (JAN 1999); 52.219-8 (OCT 2000); 52.222-3 (JUN 2003); 52.222-19 (JAN 2004); 52.222-21 (FEB 1999); 52.222-26 (APR 2002); 52.222-35 (DEC 2001); 52.222-36 (JUN 1998); 52.222-37 (DEC 2001); 52.225-3 (JAN 2004); 52.225-5 (JAN 2004); 52-232-33 (MAY 1999); and 52.232-36 (MAY 1999); (C) 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004); (D) 52.212-2 Evaluation-Commercial Items (JAN 1999); and (E) 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 1999). Addendum to 52.212-4, the following clauses are also incorporated by reference into this solicitation; 52.204-7 Central Contractor Registration (OCT 2003); 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The CO may extend the contract within 30 days, preliminary notice within 30 days. The total duration shall not exceed 60 months; 52.216.18 Ordering (OCT 1995) Orders may be issued from date of award through contract expiration; 52.216-19 Ordering Limitations (OCT 1995) When the government requires supplies or services covered by this contract in the quantity of one unit, the government is not obligated to purchase nor is the contractor obligated to furnish those supplies under the contract. The contractor is not obligated to honor (1) any order for a single item in excess of what the purchase order authorizes; (2) a series of orders from the same ordering office within two days that together call for quantities exceeding the limitation in subparagraph (1) of this section. The contract shall govern the contractor’s and government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided that the contractor shall not be required to make any deliveries under this contract after five years from date of award; 52.216-22 Indefinite Quantity (OCT 1995); and 52.219-1 Small Business Program Representations (APR 2002). Technology Enhancement. It is anticipated that the Government’s requirement for the equipment describe in this contract will extend over several years, perhaps exceeding the technological life of the proposed equipment. It may be in the best interest of the FBI, as well as the contractor, to substitute equipment of a newer technology for the equipment proposed, or some portion thereof, provided that the conditions below are satisfied. During the life of the contract, and under its terms and conditions, the Government may request, or the Contractor may propose to provide, technologically advanced equipment, software or any other item(s) contracted hereunder. Types of Upgrades. The upgrades covered by this clause will generally be substituted for functional items/systems already in the contract. The substitution may be in total or in part. The upgrades discussed in this clause are not replacements for items or systems already ordered and installed, and nothing in this clause shall be construed as authority for such replacement of installed equipment. The one exception to this exclusion is software. Installed software will always be eligible for an "upgrade", to allow the Government to maintain currency, consistency, and compatibility in its software. It is further understood by the parties to this contract that this clause envisages technological refreshment related to the general type of hardware and software covered by the scope of this contract. Minimum Qualifications for Acceptance of Upgrades. The Government is under no obligation to substitute any item for an item already listed in the contract. However, subject to mutual agreement when required above, when items are added to this contract under this clause, the item(s) shall meet the following criteria: (1) have been sold to the general public in substantial quantities before substitution under this clause; (2) meet or exceed all mandatory requirements of the contract; (3) be fully compatible with the originally proposed equipment; (4) the price should be equal to or less than the Original Equipment Manufacturer (OEM) for the item. The Contractor shall agree to all terms and conditions, including delivery and installation, being equal to or more favorable to the Government than the substituted equipment; (5) be judged technically acceptable by the COTR; (6) be approved in writing, by execution of a contract modification, signed by both the FBI Contracting Officer and the Contractor's representative; and (7) shall undergo acceptance testing in accordance with the terms of the contract. Pricing of Upgrades. The pricing of upgraded item(s) shall be negotiated on a case by case basis provided that the final price shall not exceed the limitations specified above. Delivery of Upgrades. Notwithstanding the delivery requirements set forth in section C, initial delivery requirements for upgraded items shall be mutually agreed upon by the parties to this contract at the time the upgrade item is added. The Contracting Officer shall have the right to set the delivery schedule based on the longer of the standard commercial delivery schedule of the item(s) or the contract's standard delivery schedule for similar item(s), if a mutually agreed schedule cannot be met. After the first 60 days, the original contract schedule for delivery takes effect if it is less than the initial agreed upon delivery time. Identification of Technologically Advanced Products. While the Government reserves the right to independently solicit a proposal from the Contractor under the terms of this clause at any time, potential upgrades will normally be brought to the attention of the Government by the Contractor. The government may place orders using the government credit card or by purchase order. The Government reserves its rights under the Inspection of Services and Termination Clauses. Offerors are to provide their commercial warranty and delivery information with their proposals. Offerors are required to submit product samples (as a kit) and all product literature and technical information, including specification data sheets and quality assurance inspection documentation, in order for the government to sufficiently evaluate whether the product meets the governments’s need. Offerors shall also provide any awards and /or certifications, including ISO 9001 certifications, to be used for evaluation purposes. Offerors are to provide the last three current and/or past contract references to include: Name, address, current phone number and facsimile number, and contract number. This information will be used to evaluate offeror’s past performance history. Addendum to 52.212-1 Modify (c) Period of Acceptance of Offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Delete (i) Availability of requirements documents cited in the solicitation. Addendum to 52.212-2 Tailored to read as follows: The following factors shall be used to evaluate offers: Technical (technical design, capability of the item offered to meet the government’s need, compatibility with the FBI’s current inventory which consists of ITT Night Vision model NE6010F and Litton Systems NVP units, Models M944 and M944A, warranty and delivery terms); Past Performance; and Price (by adding the total price for all options to the total price for the basic requirement, using a quantity of one. Evaluation of options does not obligate the government to exercise the option(s)). Past performance consists of: quality of product; certifications and/or awards from other businesses/agencies including ISO certification; customer satisfaction; and adherence to delivery schedule. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following Department of Justice clauses are applicable to this solicitation and can be obtained in full text at http://www.usdoj.gov/jm : 2852.201-70 Contracting Officer’s Technical Representative, JAN 1985 (included as an addendum to FAR 52.212-4); 2852.233-70 Protests Filed Directly With the Department of Justice, JAN 1998 (included as an addendum to FAR 52.212-5). Offerors are to submit provisions 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. Offers are due by 05/27/3004, 3:00p.m. EST to FBI Academy, Bldg. 15, Quantico, VA 22135, Attn: Gary W. Hopkins. Neither Fax nor hand deliveries will be accepted. This information should be relayed to courier services. Offeror quotations must state offeror name, address, and telephone number and be marked RFQ 127689. Proposals shall be submitted on the Standard Form 1449 with an original and one copy. Please submit any questions, in writing 15 days before receipt of proposals are due, to Gary W. Hopkins at email ghopkin1@leo.gov. It is the responsibility of the offeror to ensure that their proposal is received at or prior to the noted date/time in this announcement. Quotes not received by the date and time designated in this announcement and at the locations specified will not be considered.

_________________
Live hard, die young, make a good-looking corpse.


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 05 авг 2013, 22:46 
Модератор
Аватар пользователя

Зарегистрирован: 04 ноя 2012, 21:16
Сообщений: 1511
Откуда: MO, Krasnogorsk
Команда: 22 SAS Regiment D Squadron
https://www.fbo.gov/?s=opportunity&mode ... 4&_cview=0
MIL-PRF-A3279602B.pdf (63.69 Kb)
Спецификация A3279454 трубки MX-10160C

_________________
Live hard, die young, make a good-looking corpse.


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 05 авг 2013, 22:53 
Аватар пользователя

Зарегистрирован: 24 ноя 2012, 17:07
Сообщений: 393
Откуда: Москва
Команда: забавная
ace писал(а):
smile писал(а):
у меня 009, я не парюсь )))

DAAB07-02-C-J009 - спецификация не A3256350 случаем?
Будешь смеяться - есть и такая непроверенная инфа:
http://www.ar15.com/archive/topic.html? ... 8&t=384579
Цитата:
need to correct you here. These are both OMNI IV Milspec ITT non-gated tubes.
Still good tubes, but not Pinnacles.

Impyman has not been covering Contract numbers this time as there are none.
These tubes come from a cancelled contract and were legally resold on civilian market.
Правда знаю пользователя с такой трубой - у него пищит и мерцает, как и положено Pinnacle auto-gated.


А если контракт не 02, а ещё 96 года, и на трубках вместо НСНа пустое место, но есть номер контракта, то всё очень плохо ? :mrgreen: Производство начала 99 года, по дате уже близко в ОМНИ 5, но контракт на ОМНИ 4.

*трубки ещё не на руках, но были цапнуты за смешные деньги и состояние пока неизвестно, но на вид новьё*


Вернуться наверх
Не в сети Профиль  
 
СообщениеДобавлено: 06 авг 2013, 14:02 
Модератор
Аватар пользователя

Зарегистрирован: 04 ноя 2012, 21:16
Сообщений: 1511
Откуда: MO, Krasnogorsk
Команда: 22 SAS Regiment D Squadron
Seifer писал(а):
А если контракт не 02, а ещё 96 года, и на трубках вместо НСНа пустое место, но есть номер контракта, то всё очень плохо ? :mrgreen: Производство начала 99 года, по дате уже близко в ОМНИ 5, но контракт на ОМНИ 4.

*трубки ещё не на руках, но были цапнуты за смешные деньги и состояние пока неизвестно, но на вид новьё*

Ответ есть здесь:
viewtopic.php?f=43&t=236
ace писал(а):
На данный момент всего было 8 OMNI, аукционы по которым произошли в следующих годах (контракты в рамках этих OMNI заключались обычно на 1-3 года позже, а сами устройства поставлялись еще позже):
OMNI I 1985
OMNI II 1990
OMNI III 1992
OMNI IV 1996
OMNI V 1998
OMNI VI 2002
OMNI VII 2005
OMNI VIII 2010

...
Есть широко известный австралийский сайт, посвященный ПНВ, и там есть такая табличка: http://aunv.blackice.com.au/cgi-bin/nig ... story=omni
Характеристики трубок указаны "в среднем" для модификаций наиболее распространенной трубки по всем контрактам MX-10160, и автор говорит об этом. Также автор предупреждает что в таблице могут быть ошибки.

Контракт 96 года -> OMNI IV -> трубка не autogated и не тонкопленочная, 3 поколения, среднего качества.

_________________
Live hard, die young, make a good-looking corpse.


Вернуться наверх
Не в сети Профиль  
 
Показать сообщения за:  Сортировать по:  
Начать новую тему Ответить на тему  [ Сообщений: 11 ] 

Часовой пояс: UTC + 3 часа


Кто сейчас на форуме

Сейчас этот форум просматривают: нет зарегистрированных пользователей и гости: 3


Вы не можете начинать темы
Вы не можете отвечать на сообщения
Вы не можете редактировать свои сообщения
Вы не можете удалять свои сообщения
Вы не можете добавлять вложения

Найти:
Перейти:  
Powered by phpBB® Forum Software © phpBB Group
Theme created StylerBB.net
Сборка создана CMSart Studio
Русская поддержка phpBB