PROPOSAL SOLICITATION FOR DEVELOPMENT OF COLOR DRYERS
Document Type:
Collection:
Document Number (FOIA) /ESDN (CREST):
CIA-RDP78B04747A001400020015-9
Release Decision:
RIPPUB
Original Classification:
C
Document Page Count:
18
Document Creation Date:
December 28, 2016
Document Release Date:
June 7, 2001
Sequence Number:
15
Case Number:
Publication Date:
August 26, 1966
Content Type:
MF
File:
Attachment | Size |
---|---|
![]() | 762.1 KB |
Body:
Approved For Release 2001NfD
2. T
objectives
T"t747A001400020015-9
Chief, ocunt Div
etLwe of the % rk u, se
unclassified.
es.
List of Prospective Bidde
2 - lei c nt O` jectlves - Co ,o:
1th t t days to
a.y bid either
3 - Dl? ut at4ectives - cal.or
4 - 1 Dated. 31 June ?966 -- General
weal Docturnentation
25X1A NPIC/P&D 2476: (18 Aug 66)
DECLASS REVIEW BY NIMA / DoD
Approved For Release Aqq ffflb 78B04747A001400020015-9
%JV
that the copies of th enclose: R&D
r and Color Print. Dryer
on the a elc se . 4hwet.
STATOTHR
Approved For Release 2001/08/13 : CIA-RDP78B04747A001400020015-9
Approved For Release 2001/08/13 : CIA-RDP78B04747A001400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
1.0 INTRODUCTION:
1.1 PURPOSE: This document contains the requirements for a
Government sponsored study and develo.3ment project covering the investi-
gation of advanced methods of drying photographic color sheet films.
1.2 BACKGROUND: Proper drying of color cut sheet film materials
has always been a difficult proelem. Many of the methods and techniques
employed to dry black and white photographic materials cannot be success-
fully applied to color films due to floe softness of the color emulsions
and the tendency of these emulsions to become excessively "tacky" during
the drying process.
1.2.1 CURRENT PROCEDURE: Cut sheet color Films, both
transparency and negative materials, are presently dried in a
drying chamber or cabinet. The films are usually placed in film
hangers in the drying cabinet and hot air is circulated around
the film. This method is time consuming and does not dry the
film in a quality a:hion, that is, does not dry the film so
that there is no evidence of water marks, abrasions, scratches,
image distortion, peeling, curl, fading, color shifts, mottling,
etc.
2.0 CONCEPT
2.1 PURPOSE: The proposed program will encompass a thorough inves-
tigation and analysis of all advanced techniques in the area of film
drying. These techniques will be evaluated and the most practical and
feasible method of color sheet film drying will be selected. Based on
the selected technique a prototype color film dryer will then be developed
which will not only dry color sheet film rapidly but which will also
overcome the quality defects specified in Par 1.2.1.
2.2 SCOPE: The total effort, as outlined above, will be divided
into two separate but interrelated phases; continuance from the first
phase to the second phase will be dependent on the successful accomplish-
ments of Phase I. Proposals solicited at this time are restricted to
the tasks outlined in Phase I.
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
2.2.1 Phase I: INVESTIGATION AND DESIGN ANALYSIS
The contractor is expected to extensively and exhaustively
investigate all advanced drying techniques (example: air bearing,
ultrasonics) that may apply to the problem of drying both color
negative and color positive types of sheet film. Emphasis
should be placed on fe ;e an practical solutions directed
toward a rapid, automated, high aaality drying system. The
techniques must be applicable to a system which will dry color
film in the best quality manner possible; (Ref. Par. 1.2.1). At
the conclusion of the investigation portion of Phase I, the
contractor will present to the Government Representative a
recommended technique or techniques which can be applied to
the development of a color film dryer. Advantages and disadvant-
ages and ease of application of each alternate technique will
be presented. Upon concurrence of the reconrac dations by the
Government, the con.aracrror will proceed to develop laboratory
models or breadboard hardware which will successfully demon-
strate the ap-clication of the recommended technique.
2.2.2 Phase II:
Based upon the successful demonstration of techniques in
Phase I, it is -oresently planned to proceed to a hardware
prototype stave. The prototype hardware will be suitable for
installation and use in an o-cerational area. More definitive
specifications for the prototype equipment will accompany the
request for a proposal for performing this --phase of the program.
3.0 GENERAL :
3.1. PROPOSALS: Proposals submitted here under should be clear
concise, and limited in content to that information required to qualify
the prospective bidder and demonstrate ability to perform satisfactorily
within the scope of this document. Information on existing equipment
which may be modified to meet the goals of this study may be included
at the contractor's option.
3.1.1 DELIVERY: While it is the wish of the Government
to accomplish the aims of this project as expeditiously as
possible, sufficient time should be allotted for thorough and
complete accomplishment of the aims set forth herein. It is
envisioned that Phase I should take approximately eight months.
The time span for Phase II will be discussed upon solicitation
of a proposal for performing that portion of the work.
3.2. ADMINISTRATION: The Government will retain overall control
of this project. Objectives, costs,` priorities, subcontractors and
consultants involved in this program fall within the jurisdiction of
the Government and approval must be obtained before these factors are
employed.
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
3.3 CONTRACT INFORMATION: The contractor is expected to provide
competent and cooperative administrative service. He will be vested with
certain authority, with the guidance of the technical monitor, to control
the direction and degree of technical effort within the bounds of the
estimated costs.
3.3.1 CONTRACTOR RESPONSIBILITY: As a part of the overall
responsibility, the contractor will be responsible for the work
performed by all of his subcontractors and consultants.
3.3.2 TECHNICAL _LEPRESENTAT.I : The contractinh officer
will designate a Technical 'Representative to authorize specific
development efforts of the contractor. Such authorization shall
be given in writing' in its original for m. or in confirmation of an
oral authorization. The contractor will accept no other authoriza-
tion except that of the Technical Officer or the contracting officer.
3.4 DOCUNEN'T,ATION:
3.4.1 Regular monthly reports and a final report will be
required from the contractor -uLder this program.
3.4.2 All reports will meet the requirements of the appli-
cable portions of Specification DB 1001 dated 31 August 1966,
GENERAL REQUIREIvENTS FOR CONTRACTUAL DOCUMENTATION.
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Approved For Release 2001/08/13 : CIA-RDP78B04747A001400020015-9
17 August 1966
DEVELOPMENT OBJECTIVE
1. INTRODUCTION..
1.1. Purpose. This document contains the requirements for
a Government sponsored study and development project for the
investigation of advanced methods of drying photographic color
prints.
1.2. Background. Drying color prints matte and glossy involves
different operations and distinct problems.
Many of the methods and techniques employed to dry black and
white paper prints cannot be successfully applied to color
prints due to the softness of the color emulsions and their
tendency to become excessively "tacky" during the drying process.
1.2.1. Current Procedure.
1.2.1.1. Glossy Color Prints. Glossy color prints
are dried in much the same way as glossy black and white
prints. During the drying process, the emulsion is kept
in contact with a highly polished chromed surface, usually
a drum. The gelatin of the emulsion forms to the surface
of the chromed plate or drum, leaving the print with a
high gloss finish. Although many commercial dryers for
black and white materials are used to dry glossy color
prints (for example - Pako Drum Dryers), the drying
process for glossing color prints is very critical. The
drum has to be kept perfectly clean and polished, and
sometimes it is necessary to condition the drum surface
with glycerine and water to maintain a slick surface.
Also, the temperature and speed of the dryer have to be
kept within close tolerances. If these conditions are not
closely adhered to, the prints will generally stick to the
drum surface. Even when the operation is successful,
the volume is limited because the dryers must use a slower
speed for color print materials.
1.2.1.2. Matte Color Prints. There are no commercial
print dryers that can rapidly dry color prints matte, in a
quality manner; that is, dry them so there is no evidence
of abrasions, scratches, emulsion frilling, curl, cracks,
color shifts, etc. The most accepted method uses hot air
drying racks. The prints are placed face up on a saran
mesh shelf in the rack, where hot air is circulated around
Approved For Release 2001/08/13 :. CIA-RDP78B04747A001400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
them. This process takes at least 20 minutes and leaves
curled and wavy prints, which then have to be flattened
in a dry mounting press. During the flattening process
there is danger of cracking the emulsion.
The other method of drying prints matte is to place them
on a rack and allow them to air dry without applying heat.
This method usually prevents severe curl in the prints,
but it requires several hours of drying time.
In black and white photography, matte prints are usually
dried around a drum with the print surface held against a
canvas belt during the drying process. This method cannot
be used for color prints because either the color emulsions
adhere to the canvas belt or the belt marks the soft color
print surface.
2. CONCEPT.
2.1. Purpose. The proposed program will encompass a thorough
investigation and analysis of all advanced techniques in the area
of color print drying. These techniques will be evaluated and
the most feasible method.for each of the two print (i.e. matte &
glossy) drying requirements will be selected. Based on the
selected techniques, one or two equipments for rapidly drying
high-quality color paper prints shall be fabricated.
2.2. Scope. The total effort, as outlined above, will be divided
into two separate but interrelated phases; continuance from the
first phase to the second phase will be dependent on the successful
accomplishment of Phase I. Proposals solicited at this time will
be restricted to the tasks outlined in Phase I.
2.2.1. Phase I Investigation & Design Analysis. The
contractor must extensively and exhaustively investigate
all advanced drying techniques that may apply to the problem
of drying color paper print materials matte and glossy.
Emphasis must be placed on feasible solutions directed
toward rapid, automated, high-quality drying systems. The
techniques must be applicable to a system which will dry
color prints in the best quality manner possible (Ref.
Par 1.2.1.2.). At the conclusion of the investigation
portion of Phase I, the contractor will present to the
Government representative details of recommended techniques
which can be applied to the development of a color print
dryer or dryers. Advantages and disadvantages and ease of
application of each alternate technique will be presented.
Upon concurrence of the recommendations by the Government,
the contractor will proceed to develop laboratory models
or breadboard hardware which. will successfully demonstrate
the application of the most appropriate recommended
techniques.
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Approved For Release 2001/08/13 : CIA-RDP78B04747A001400020015-9
2.2.2. Phase II Equipment Prototype. Based on the success-
ful demonstration of techniques in Phasel, it is presently
planned to proceed to a ha:~Idware prototype stage. It would
be desirable to combine both drying requirements into a
single dryer. However, if separate components are proved
necessary to solve the problems of drying color prints matte
and glossy,-this alternative will be considered. The
prototype hardware will be suitable for installation and
use in an operational area.. More definitive specifications
for prototype equipment will accompany the request for a
proposal for performing this phase of the program.
3. 'GENERAL.
3.1. Proposals. Proposals submitted hereunder should be clear,
concise, and limited in content to that information required to
qualify the prospective bidder and demonstrate ability to perform
satisfactorily within the scope of this document. Information on
existing equipment which may be modified to meet the goals of
this study may be included at the contractor's option.
3.1.1. Delivery. While it is the wish of the Government
to accomplish the aims of this project as expeditiously as
possible, sufficient time should be allotted for thorough
and complete accomplishment of the aims set forth herein.
It is envisioned that Phase I will take approximately
eight months. The time span for Phase II will be discussed
upon solicitation. of a proposal for performing that portion
of the work.
3.2. Administration. The Government will retain overall control
of this project. Objectives, costs, priorities, subcontractors
and consultants involved in this program fall within the juris-.
diction of the Government and approval must be obtained before
these factors are employed.
3.3. Contract Information. The contractor is expected to provide
competent and cooperative administrative service. He will be
vested with certain authority with the guidance of the technical
monitor to control the direction and degree of technical effort
within the bounds of the estimated costs.
3.3.1. Contractor Responsibility. As a part of the overall
responsibility, the contractor will be responsible for the
work performed by all of his subcontractors and consultants.
3.3.2. Technical Representative. The contracting officer
will designate a Technical Representative to authorize
specific development efforts of the contractor. Such
authorization shall be given in writing in its original
form or in confirmation of an oral authorization. The
contractor will accept no other authorization except that
of the Technical Officer or the contracting officer.
Approved For Release 2001/08/13 : CIA- DP78B04747A001400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
3.4. Documentation.
3.4.1. Regular monthly reports and a final report will
be required from the contractor under this program.
3.4.2. All reports will meet the requirements of the
applicable portions of Specification DB 1001 dated
31 August 1966, GENERAL REQUIREMENTS FOR CONTRACTUAL
DOCUMENTATION.
Approved For Release 2001/08/13 : CIAARDP78B04747A001400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Specification No. DB-1001
Issue Date: 31 August 1966
CONTRACTUAL DOCUMENTATION TO BE SUPPLIED BY CONTRACTORS
1.1 This Specification covers the contractual documentation to be
supplied by contractors in the performance of Research and
Development contracts.
2.1 General - In order to maintain proper control of the progress
and funding of Research and Development contracts, it is
necessary that certain orderly reporting be accomplished by
the Contractor on a regularly scheduled basis.
2.1.1 All documentation submitted by the Contractor shall
bear the control number assigned by the Contracting
Officer's Technical Representative. This control
number shall appear on. all correspondence, reports,
etc., submitted by the contractor under the contract.
2.2 Types of Reports - The following types of reports shall be
submitted by the contractor. Specific reports shall include,
but not necessarily be limited to, the designated information.
2.2.1 Months - A monthly report shall be prepared as of the
last working day of each calendar month. The first
monthly report shall be prepared as of the last working
day of the first full calendar month subsequent to the
date of contract. Monthly reports shall be mailed so
as to reach the consignee(s), stated in the contract,
not later than the first business day after the
fifteenth of the month following the reporting period.
Each Monthly report shall provide the following, with
negative reporting if applicable.
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Approved For Release 2001/08/13 : CIA-RDP78B04747A001400020015-9
2.2.1.1 A statement of the activity on the project
during the month and the percentage of work:
completed as of the reporting
2.2.1.2 A statement of the planned activity for the
next month.
2.2.1.3 A statement of pending, unresolved technical
problems.
2.2.1.4 A statement of pending, unresolved contractual
-problems .
2.2.1.5 A statement for the record, of agreements or
understandings reached orally during the
reporting period on technical matters not
requiring the approval of the Contracting
Officer.
2.2.1.6 A statement of any proposed change, agreement
or understanding v.aich requires the approval of
the ng Officer. The contractor is
cautioned not to proceed in a situation re_,
quiring the prior approval of the Contracting
Officer until such approval has been obtained.
In situations requiring correspondence with
the Contracting Officer, a complimentary copy
shall be forwarded, simultaneously, directly
to the Contracting Officer's Technical Rep-
resentative.
2.2.1.7 A statement of unanswered, unresolved matters,
unanswered correspondence, etc. and whether
delinquency is attributed to the contractor or
to the Government.
2.2.1.8 Status of funds. The format shown in Enclosure
1 shall. be used to report the status of funds.
All applicable items shall be reported. If no
expenditures or obligations have been incurred
for a specific item, the word. I"None" shall be
entered in the space assigned for the dollar
amount.
Approved For Release 2001/08/13 : CIA-RDP78B04747A001400020015-9
Approved For Release 2001/08/13: CIA-RDP78BO4747AO01400020015-9
2.2.2 Final Report - The final report shall be submitted
to the Contracting Officers Technical Representative
on or before the thirtieth day following completion
of the work under the contract. This report shall
cover the entire design and/or development work
accomplished during the period of performance and
shall contain a section covering the work performed
under each of the tasks set forth in the Work
Statements. The report shall state concisely but
completely the major problems encountered, the
apparent cause of the problems, the problem solu-
tions and an evaluation of the solutions based on
actual application of the solutions.
2.2.3 Installation Engineering Data - Whenever hardware
is a deliverable item under a contract the contractor
shall provide the. Installation Engineering Data
requested on Enclosure 2. The Contracting Officer's
Technical Representative shall provide the blank forms
to the Contractor. Preliminary data shall be sub-
mitted to the Contracting Officer's Technical
Representative at six months and again at three months
prior to the delivery date of the equipment. Final
data shall be submitted by the contractor not less
than thirty days prior to the delivery of the equipment.
2.2.3.1 The outline drawing, submitted with the
Installation Engineering Data form, shall show:
(a) the orientation of the equipment within
the work area for normal equipment use-age.
(b) the exact location of all external
connections.
(c) the clearance required around the equip-
ment for access to all removeable panels,
doors, etc.
(d) the location of mounting points and type
of mounting required.
Approved For Release 2001/08/13: CIA-RDP78BO4747AO01400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
2.3 Delivery of Reports - All monthly reports and the final
report shall beo.rwarded by the contractor to the Consignee(s)
specified in the contract. The contractor shall forward
each report in the number of copies specified in the contract.
2.3.1 The Installation Engineering Data form plus the
outline drawing shall be forwarded to the Con-
tracting Officer's Technical Representative.
Approved For Release 2001/08/13 : CIA-RDP78B04747A001400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Specification No. DB-1001
Statement of Funds as of 30 September 19XX (See Note 1)
EXPENDITURES
1.
Labor:
a.
b.
Total paid as of 31 August 19X3{
Paid during September 19XX
XX,XXX
X,XXX
c e
Sub-total
2.
Material:
a.
Total paid as of 31 August 19X0
X,3
b.
Paid during September l9,
XXX
c.
Sub-total
X,XXX
3.
Services (sub-contracts, etc.):
a.
b.
Total paid as of 31 August 19XX
Paid during September 193;x.
X,Xxx
Xi
c.
Sub-total
X,XXX
4.
Total expenditures as of 30 September 193Cc
XX XXX
OBLIGATIONS AND ESTIMATES
5.
Obligations:
a.
b.
c.
d
Sub-contract W/A.BC Co., amount not yet paid
Sub-contract W/DEF Co., amount, not yet paid
Material ordered but not yet paid for
X,XXX
XX;_
XXX
.
Sub-total
X,XXX
6.
Estimates of Future Expenditures:
a. Estimate of labor required X,XXX
b. Estimate of material. required XXX
c. Proposed sub-contracts XXX
d. Sub-total
Total
X,XXx
XX,XXX
-5-
Enclosure 1
.Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
NOTES:
1. All amounts shown above must include overhead, , handling
charges, fees, etc. G&A
Enclosure 1
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
INSTALLATION ENGINEERING DATA
(See Remarks at end of form)
Da:e form completed
Tentative _7 Valid until
Final data /`7
1. INSTRUMENT
A. Name of instrument.
B. Manufacturer: C. Contract number:
D. Delivery date: Tentative: ~___ Final:
:I. PHYSICAL-FEATURES
A. Sub-assemblies:
1. Number of sub-assemblies:
2.. Largest sub-assembly: Weight ibs; " H x W x D
3. Heaviest sub-assembly: Weight ibs; " H x W x ---~++ D
B. Assembled instrument:
1. Number of major components:
2. Largest component: Weight lbs; H x W x 'a D
3. Heaviest component: Weight --lbs; H x " W x -" D
4. Total floor space required after assembly, including maintenance access
space. Ft. In. High x Ft. In. Wide x Ft. In. Deep.
5. Total weight of assembled instrument: lbs.
C. Type of base of mount: Flat 3-point suspension ; u-point suspension
D. Does the instrument have built-in mobility? Yes No
E. Is the instrument particularly sensitive to vibration? Yes No
Will the instrument generate vibration? Yes No
Nv~ Are any special or unusual tools or fixtures necessary or adviseabl.e for
the installation of the maintenance of this instrument? Yes No
If "Yes," please describe:
II. UTILITIES
A. Electrical: AC DC
1. Voltage Volts / -Volts Volts /
2.. Current Amps/phase Amps
3. Frequency cps
4. Nr. of phases Ph
5. Nr. of wires
6. Power required Watts Watts
7. Power factor _ (Leading) (Lagging)
8. Type of outlet: Two prong _ ; three prong . ; Twist lock ; Perm.
9. Type of'ground: Building conduit ; Direct earth ground
10. Should the instrument be shielded, either from external electromagnetic
signals or to prevent interference with other equipment? Yes No
If "Yes," to what extent?
Approved For Release 2001/08/13 : CIA-RDP78B04747AO014000200f"
Revised 1/66
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
P. Air conditioning:
Desired environment: Room air temperature of of of and relative
humidity of
2. Inuut .fir: Is a direct connection necessary? yes No
Adviseable? Yes No If '
Yes, what is the connector type and
size? Recommended input air temperture
Relative humidity OF.
T If input air must be filtered, ,That is
the maximum particle size in microns? /
Cu. ft. What particle count?
Output Air: Is a direct connection to the return air duct necessary?
Yes - No Adviseable? Yes NO Connector type and size?
Output air temperature r .
humidit OF. OF. Relative
y i~ r Output heat BTU Ii_^. Flow of CEM. Is
output air toxic? Yes No Noxious? Yes
No
Plumbing:
1. Is water required? Yes _
2. Type of water required:
Tap o o
4.
6.
F r ,
Tempered of / OP
If filtered, give maximu;:i
maximum permissible count.
Pipe required:
Galvanized
Stainless Steel
Floor drain:
Diameter of drain
Plastic drain?
Are any chemical
"Yes," state the
range, flow rate
each solution
Size of pipes and
Copper Size
Plastic Type of connector
Galvanized drain?
Glass drain?
solutions used in the device? Yes _ No if
nature of the solution(s'), permissible temperature
in appropriate units and the filtration necessary for
Compressed air:
Is compressed air required?
Type and size of connector?
Maximum _ , minimum
Yes _ No __ Water free? Oil Free?
. Pressure ^ 'PR Tr' _ In ns.r ;; ri rtnx
E. Vacuum:
Is vacuum required? Yes No __ Pressure 71SIA _
water) (millimeters of mercure). Displacement ir_ CFM,maximumir~ches of
minimum , average - Type and Size of connectors
F. Peripheral Devices:
Will the instrument be connected to any peripheral devices such as a
computer or data input or data output device? Yes No If give, in detail, the nature of the connection to the -peripheral .device ysuch
as coaxial cable, multiple wire connector, Eetc.
iV. REMARKS
A. Use additional sheets if more :smell
No Pressure PSIG, flow GPM.
Deionized of / of
p iltered of / of
permissible rarticle size in microns and the
microns _ particles/cu. ft.
.i .ill... u. c1.L JVe
D. Submit three typed copies of the corn 1 t c~
RepresentA pt ued For Release 2001/08/13: IA-Rb &4AfA?O1 GQ26O15-9
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9
C. Attach three copies of a dimensioned outlin
and of the Cori ted s !r,,, e drawing of each major component
asst oly, Include the estimated
component and of the cor.pletcd of each major
Of the co~:~pleted assembly. indicate) on the outline
assem l ho eQ, drrawin
u
.for maintenance. ~' ~ `"c` - r d for access to the instrument
t
D. If a question does not applyspacet, to the instrument
in the appropriate blank -space. insert " NIA" (Not Applicable
Information provided by:
S mature
Position or job title
Approved For Release 2001/08/13 : CIA-RDP78BO4747AO01400020015-9