PROPOSAL SOLICITATION FOR DEVELOPMENT OF COLOR DRYERS

Document Type: 
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: 
AttachmentSize
PDF icon CIA-RDP78B04747A001400020015-9.pdf762.1 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