Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2004 FBO #1046
SPECIAL NOTICE

58 -- HIGH SPEED DATA ACQUISITION SYSTEMS

Notice Date
10/5/2004
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F4LMCA-0000-0DAS--
 
Response Due
10/19/2004
 
Archive Date
10/19/2004
 
Description
NOTICE OF INTENT TO AWARD A SOLE SOURCE The Air Force Flight Test Center, Directorate of Contracting, Edwards Air Force Base, California, intends to award a new, sole source, fixed price, indefinite delivery, indefinite quantity contract to Teletronics Technology Corporation, 2525 Pearl Buck Road, Bristol, PA 19007, for the following requirement in accordance with 10 U.S.C. 2304 (1), pursuant to FAR 6.302-1. Results of a sources sought synopsis number F4LMCA-0000-0DAS, issued on 9 April 2004 were that two responses received were determined unable to meet the Government's requirements. A firm-fixed-price contract is contemplated to include a contract period of five years from the date of contract award. The purchase of these data acquisition system components is required to support multiple test programs that are currently executing flight test or are scheduled to be undergoing flight test in the near future. The primary programs that will be supported by this supplier are the F-16 Foreign Military Sales Projects, F-22 Advanced Fighter Program, F35 Joint Strike Fighter Program, B-1 Bomber Flight Test Program, and the USAF Test Pilot School. The Airborne Data Acquisition System shall be a highly advanced general-purpose flight test instrumentation system specifically designed for aerospace application. The data acquisition system shall use the standard Common Airborne Instrumentation System (CAIS) bus in its design. The basic system shall consist of a programmable controller unit which communicates with analog and digital remote units via a high speed CAIS bus using command response topology. The remote units shall handle a large number of widely diversified data sources which include low and high level analog signals, auto gain ranging, as well as monitoring and data collection of numerous digital communication buses to include at a minimum; MIL STD 1553A/B, ARINC 429, RS422, RS485, Ethernet, IEEE-1394, and ASM Copper/Glass Fibre Channel. The system must comply with all Range Commanders Council (RCC) Inter-Range Instrumentation Group (IRIG) standards (IRIG 106-3 including Ch 10 for recording). The system shall include programmable gain and offset for analog signal with signal filtering available, and it should be capable of generating multiple data output formats. All output formats will be In Accordance With (IAW) IRIG 106. The components must be compatible in form, fit and function, with Teletronics Technology Corporation Model numbers; MDAU-2000, MEDAU2000, and MRTM2048C. The system must have the capability to support the flight test instrumentation community with the latest in interface technology such as: (1) fibre channel, (2) Ethernet, (3) fire-wire (IEEE-1394b), (4) universal serial bus (USB), (5) RS-485, and (6) RS-232/422. In addition, the system must be compatible with units already installed in F-22 Engineering, Manufacturing and Development (EMD) Flight Test Program, numerous F-16 USAF and Foreign Military Sales Development Projects including F-16 Peace Crown, F-16 Peace Marble, and F16 Block 60; USAF sustainment programs like the B-1, C-130J, C-5, F-117, and U-2 projects; USAF Test Pilot School aircraft and projects; and additional USAF developmental projects anticipated to be supported including Small Diameter Bomb development, the F-35 Joint Strike Fighter (JSF) System Development and Demonstration project, and the CV-22 Tilt Rotor aircraft. The North American Industry Classification System (NAICS) Code is 334220 and the Small Business size standard is 750 employees. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to respond to this sole source contract action, however this notice of intent is not a request for competitive proposals. The following criteria will be used to evaluate responses to this notice in order to determine whether or not this will be a full and open competition: experience developing, designing, testing, operating and maintaining High Speed Data Acquisition components and systems of this nature. Capabilities packages shall include, as a minimum: 1) evidence of past experience and related projects that covers the aforementioned evaluation criteria with value/price of past efforts; 2) size of firm, large or small business; 3) whether or not these items and services are provided commercially to non-government agencies; and 4.) the capability to support in form, fit, and function, the aircraft as identified above. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government does not intend to pay for any information provided under this notice. If responses are not received by Close of Business (COB), 19 October 2004, a Sole Source contract will be pursued with Teletronics Technology Corporation.
 
Place of Performance
Address: EDWARDS AIR FORCE BASE, CA
Zip Code: 93524
Country: USA
 
Record
SN00689194-W 20041007/041005211850 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.