Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOURCES SOUGHT

16 -- Data Transfer System

Notice Date
2/17/2005
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (4TRC), 4890 University Square, Ste 3F, Huntsville, AL, 35816
 
ZIP Code
35816
 
Solicitation Number
4THF21057131
 
Response Due
3/4/2005
 
Archive Date
5/1/2005
 
Description
The U.S. Army Cargo Helicopters Project Office is seeking sources and requests information (SS/RFI) related to a planned acquisition of a cockpit Data Transfer System (DTS) for U.S. Army CH-47F Chinook Helicopters. Additionally, UH-60M Blackhawk and MH-60/47 offices may also participate. The U.S. Army is seeking Commercial Off The Shelf or Non-Developmental DTS devices which have military applications that meet the intent of the following Technical Description and have availability within the next 14 months. Estimate for the near term 2005-2011 time frame include 50-300 units. Technical Description: Aircraft Data Transfer System (DTS). 1. Scope: The DTS shall transfer digital data between Personal Computer Memory Card International Personal Computer Association (PCMCIA) media and the IEEE 802.3 Ethernet LANs interfacing to the Common Avionics Architecture System (CAAS) of the CH-47F, UH-60M, and MH-60/47 aircraft. 1. The DTS shall accommodate a minimum of four (4) standard, e.g. ATA) PCMCIA cards and two (2) independent full duplex 10/100 Base T Ethernet interfaces. The DTS shall have robust memory availability, accommodating both PCMCIA media and separate high-density resident media (non-rotating solid state preferred). Combined DTS memory availability exceeds 77GB. 2. It shall be lightweight, compact ( e.g. 5.75? Dzus rail width and maximum 8.0? length), and operate efficiently on 28Vdc. The DTS shall be user friendly, highly reliable in extreme (i.e. military) environments, and meet U.S. Army aviation standards such as ADS-37A . 3. Data transfer shall be quick, agile, high integrity, and simultaneously accessed via independent channels: including, sustained transfer rate GT 8 Mbytes/Sec per Ethernet channel, sustained transfer rates GT 4 Mbytes/Sec from any PCMCIA card, sustained rates GT 8 Mbytes/Sec from multiple cards, sustained rates GT 4MBbytes/sec from simultaneous access of the same file to both Ethernet channels, sustained write rates GT 1MByte/Sec to PCMCIA bi-directional, cross-directional, partitioned (e.g. mission data), dynamic, ARINC 615A, and D0-178B criticality level D capability. 4. The DTS shall be field programmable. The DTS shall service up to 20 independent, simultaneously accessing clients. Ethernet DTS address shall be programmable. Robust DTS commanded configuration and status reporting features shall be available to the CAAS via Ethernet. 5. Ethernet client service protocols include HTTP, SMB (e.g. SMB/CIFS Samba), SNMP, TFTP, FTP, and NFS as a minimum. 6. The DTS shall have quick file access times to support dynamic digital imagery applications, e.g. LT 10ms, and robust map file service support, e.g. DAFIF search. FAT 32 file structure shall be supported. 7. The DTS shall have discrete and Ethernet commanded memory Zeroize capability, e.g. self-destructing media, etc. A minimum of six (6) open/ground discretes shall be provided. The DTS shall have Built In Test and status reporting capability. 8. The DTS resident memory shall have a quick loading feature to allow quick loading of theDTS resident memory via commercially available interfaces such as USB, Ethernet, etc. external source. 9. Growth features, such as gigabit Ethernet, expandable memory, USB quick removal memory, RS-422 and RS-232 interface, video recording & playback (e.g. RS-170), security features, multiple memory loading devices, (e.g. daisy, gang, etc.) and wireless, are also of interest. The following is a list of specific concerns that you are requested to address as part of your initial response to this SS/RFI. a. Provide an overview of your DTS product line,: past, present, and future. b. For each paragraph in the Technical Description above, please address how your DTS products meet these parameters, providing specifics of the performance and operational characteristics. c. describe your experience in qualification of like items to military standards. d. provide emphasis on any emerging technologies, e.g. memory densities that are slated to be incorporated in your future products within the next 14 months. e. include information, not addressed in the technical description, that you feel is of benefit to the U.S. Army user. f. include information relative to your product line and GSA schedule inclusion. Responses to this Sources Sought/Request For Information shall include a summary brief, provided to Mona Neal on or before 4 March 2005, in either hardcopy or electronic medium, with electronic medium being preferred. If delivering hardcopy, please respond with not more than ten pages of text, and if electronic, not more than ten, e.g. PowerPoint, slides. The U.S. Army may invite potential qualified offerors to participate in a face to face meeting/briefing to be held at Redstone Arsenal, Alabama, to discuss the organization?s capabilities on or about the week of March 14, 2005. A review of the summary responses by Government personnel will determine which sources are of sufficient interest. If there is sufficient interest, the vendor may be requested to present a briefing to Army personnel as described above. No additional information is expected to be available during the SS/RFI period. Interested/qualified business sources that can provide the requirements in accordance with the technical description above are invited to submit information to include: a brief descriptive of their company?s history, corporate capability with data to substantiate qualifications, a list of examples demonstrating market competence, rough order magnitude (ROM) cost and availability data, manufacturing and delivery capabilities, and/or other market related information to include potential contractual vehicles and appropriate points of contact. Data provided to substantiate qualifications should include information on current products meeting the characteristics stated in this announcement and availability of products to meet this requirement. Please include the name, telephone number, and e-mail address of a corporate point of contact. Firms responding to this synopsis should state if they are a large, small, or small disadvantaged business. Potential Sources shall respond via e-mail to: Mrs. Mona Neal, at mona.neal@gsa.gov or via postal service by mailing to: U.S. General Services Administration, ATTN.: Mrs. Mona Neal, 4890 University Square, Suite 3F, Huntsville AL 35816 not later than 4 March 2005. The Standard Industrial Classification (SIC) code is 3812, ?Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instruments.? The North American Industry Classification System (NAICS) code is 334511. This is not a request for proposals, only for initial product information to conduct market research. This request for information may or may not develop into a formal Government requirement. This SSRFI is for planning purposes is not an obligation on the part of the U.S. Government to acquire any follow-on acquisitions. The Government will not award a contract on the basis of this SS/RFI or otherwise pay for the information solicited. No entitlement to payment of direct of indirect costs or charges by the Government will arise as a result of the submission of responses or briefings provided to this SS/RFI and the Government us of this information.
 
Place of Performance
Address: Redstone Arsenal, AL
Zip Code: 35898
Country: USA
 
Record
SN00753895-W 20050219/050217212343 (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.