Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2003 FBO #0598
SOLICITATION NOTICE

A -- Comanche Elector Optical Sensor Suite (EOSS) Forward Looking Infrared (FLIR) Windows

Notice Date
7/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Aviation and Missile Command DAAH01, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
DAAH23-02-G-0024 0003
 
Response Due
8/18/2003
 
Archive Date
10/17/2003
 
Point of Contact
Rhonda Clemons, 256-842-6525
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command DAAH01
(rhonda.clemons@comanche.redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Comanche Elector Optical Sensor Suite (EOSS) Forward Looking Infrared (FLIR) windows have a durability requirement. The Night Vision Pilotage System (NVPS) FLIR detector window is made from Germanium and is similar to the windows used on the Apache he licopter, but does not utilize a diamond hard coat due to the requirement for transmission uniformity over varied wavelengths and angles that current diamond hard coatings do not meet. The second window, also referred to as the Electro Optical Target Acqu isition Sensor (EOTADS) window, is made from zinc selenide. This material was chosen due to its transmission range over the required operating frequencies, despite its poorer mechanical properties relative to other window materials. It is desirable to de velop a coating or alternate approach, e.g. utilizing removable films, that would extend the service life of the windows without sacrificing other performance requirements. Phase I of this task will consist of sand and dust baseline durability testing of the current window materials, candidate replacement materials, and identification, selection, and durability testing of suitable films. Phase II of the task will include continued durability testing for rain erosion on selected materials. If none of the proposed replacement materials or film solves the durability issues, then Phase II would also include initial development of a suitable ??????durable coating.?????? The authority cited for this requirement is 10 U.S.C. 2304(c)(1), as implemented by Federa l Acquisition Regulation (FAR) 6.302-01, Only One Responsible Source and no other supplies or services will satisfy agency requirements. This requirement is sole source to Lockheed Martin Missiles and Fire Control ?????? Orlando (LMMFC-O), 5600 Sand Lake Road, Orlando, FL 32819-8907. The Government does not have drawings or other technical data that would permit full and open competition for this effort. This synopsis is for information purposes only. Please see notes 22 and 26.
 
Place of Performance
Address: US Army Aviation and Missile Command DAAH01 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00375261-W 20030720/030718213811 (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.