Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
SOLICITATION NOTICE

A -- Infrared Scene Projector Emitter Module BRITE II

Notice Date
3/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
MNK-03-0006
 
Point of Contact
Bernice Bradford, Contract Specialist, Phone 850 882-4294 X3409, Fax 850 882-9599, - Brenda Soler, Contracting Officer, Phone (850)882-4294X3206, Fax (850)882-9599,
 
E-Mail Address
bernice.bradford@eglin.af.mil, solerb@eglin.af.mil
 
Description
A sole source procurement in accordance with FAR 6.302-1 is contemplated with Honeywell Technology Center, Plymouth, MN. (See Numbered Note 22) Honeywell is the only qualified source to fulfill this requirement. The requirement is for fabrication of one infrared scene projector emitter module (PEM) which is to be compatible with the current cryogenic PEM design used in the Kinetic-Kill-Vehicle Hardware-in-the-Loop (KHILS) Vacuum Cold Chamber (KVACC) located at the Air Force Research Laboratory Munitions Directorate (AFRL/MN), Eglin AFB, FL. This PEM will include a Honeywell Brilliant Resistor Infrared Thermal Emitter II Extended Range (BRITE II ER) 512x512 array; all electrical, coolant, and external vacuum interfaces; and an ion vacuum pump as integral components. The delivered PEM will be used to support test and evaluation of advanced state-of-the-art seeker and control systems performance under varying mission scenarios through hardware-in-the-loop (HWIL) simulations in a cryogenic environment. The Government has determined that the Honeywell BRITE II is the only infrared scene projection technology available that fully meets its requirements. The total effort is not expected to exceed 12 months. The Government will be responsible for annealing, system installation, and characterization of the delivered array. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Firms interested in this effort must respond with a complete capability/qualifications package, in accordance with Numbered Note 25, describing the company's technical expertise and experience available to accomplish the work described above. Responses submitted should be in one copy only and must be received within 15 days from the date of publication. Responses should be sent to AFRL/MNK, 101 W. Eglin Blvd, Ste 337, Eglin AFB, FL 32542-6810, Attn: Bernice Bradford e-mail: Bernice.bradford@eglin.af.mil. Any non-technical and/or contractual questions should be referred to the above individual at (850) 882-4294 ext 3409. Technical questions may be directed to AFRL/MNGG, Robert Stockbridge, (850) 882-4446, ext 2260, e-mail: robert.stockbridge@eglin.af.mil. This synopsis is for information and planning purposes only and does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. Firms responding to this synopsis should state whether they are or are not a small business concern as defined by NAICS code 541710 with a size standard of 500 employees. See Notes 22 and 25.
 
Record
SN00272428-W 20030308/030306213413 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.