Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOURCES SOUGHT

59 -- Wire Test Set (COTS)

Notice Date
12/16/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
Reference-Number-N68335-04-RFI-0009
 
Response Due
1/31/2004
 
Point of Contact
Nancy Delaney, Contract Specialist, Phone (732) 323-4478, Fax (732) 323-2359, - John Murtagh, Contracting Officer, Phone 732-323-2901, Fax 732-323-4822,
 
E-Mail Address
nancy.delaney@navy.mil, john.murtagh@navy.mil
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center Lakehurst is seeking potential sources for Commercial Off The Shelf (COTS) options for upgrading the existing wire harness testing capabilities at USN and USMC Intermediate Maintenance Activities (IMA). This activity is conducting market research only. The desired upgrade will be the result of an Engineering Change Proposal (ECP) of the existing Wire Test Set (WTS). The WTS is comprised of the Test Control Unit (TCU), comprising all computing and instrumentation functions and the Switching Unit (SU), comprising all switch functions and interface for a maximum of 500 test points. The WTS has the capability to daisy chain up to 4 SUs to a single TCU, providing up to 2000 test points. The desired reconfiguration of the Enhanced WTS includes the elimination of the TCU and consolidation of all additional equipments (addressed below) into a single SU case (20? W x 11? H x 18? D). It is envisioned that the TCU can be eliminated by consolidation of computer hardware and software in a separate, ruggedized, stand-alone computing capability (e.g. laptop, TabletPC, PDA). Consolidation of required TPS interface, power supplies, switching matrix, instrumentation and any other required functionality should be able to be incorporated into the existing SU case. Respondents to this RFI may provide catalogs, drawings/illustrations, technical manuals, Training description/material, calibration requirements (if any), recommended spare parts list, warranty, life cycle (ten year) technical and parts support, Test documentation, brochures and/or any other documentation that describes the companies capability to manufacture and support a machine of the type described in this announcement. The information provided shall describe the COTS system as it relates to System Requirements and Critical Parameters below. Supporting documentation is requested as applicable. System Requirements: 1. Maintain existing Fleet TPS interface: Software: The system shall have the capability of importing comma delineated ASCII formatted Test Program and Wire List files, maintaining operational integrity with no degradation of testability. Hardware: The system shall provide interface with existing TPS adapter cables using tester connector Part Number MS27656T23B35SImbedded Instrumentation: 2. Integration of synthetic instrumentation: These test capabilities shall be compatible with LabView or similar software suites and Integrated into the COTS system. The desired test capability contained within the Enhanced WTS shall, at a minimum, have the ability to measure continuity, define type and distance to fault, and provide hipot testability with no external equipment connectivity. 3. Interface for integration of new test technologies: The system shall have external interfaces (e.g. USB, RS-232, Ethernet) connections to allow for future ?Plug and Play? instrumentation integration. 4. Upgrade the available test points to 1000 per case. Critical parameters: 1. Performance/Test Capabilities and Documentation. 2. Technical Documentation: Setup and Operation, Repair Processes and Available Training Media. 3. Delivery Schedules. 4. Catalog pricing. It is requested that respondents identify Government and/or commercial customers currently using this equipment for the intended purpose of the equipment. Please provide customer point of contact, including a telephone number, e-mail address or web site, quantities sold along with dates sold, and a description of the unit(s). Please provide commercial pamphlets, operating and maintenance manual or any other documentation that would describe a unit/s or system/s to meet the above requirement. It is requested that information be submitted NO LATER THAN 01/31/04 to Ms. Nancy Delaney, Naval Air Warfare Center Aircraft Division, Code 25221B562-1, Highway 547, Lakehurst, NJ 08733-5082, or by electronic mail at: Nancy.Delaney@navy.mil. Ms. Delaney may be reached at (732) 323-4478. Respondents are notified that a formal solicitation MAY NOT necessarily result from the RFI. Any comments provided may or may not be included in a formal solicitation. The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate any respondent with costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside the Government without written permission in accordance with the legend.
 
Record
SN00490745-W 20031218/031216212534 (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.