Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

59 -- Sources Sought for Manufacture of Black Hawk Flight Control System Components (FCSC) Test Set (AD44010)

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-2021
 
Response Due
5/5/2005
 
Archive Date
7/4/2005
 
Small Business Set-Aside
N/A
 
Description
CONTACT Ivan McGowan, AMSEL-LC-CCS-N-AN, (732) 532-4974. This is a Market Survey to locate additional sources for manufacture of the designated LRUs: Black Hawk Flight Control System Component (FCSC) Test Sets, P/N AD44010. These units were produce d sole source by Hamilton Sundstrand Space Systems International,Inc. FUNCTIONS of Test Set are as follows: 1. Capability of performing comprehensive ,automated, functional testing of the following the following equipment. a. Current Black Hawk Advanced Fl ight Control Computer(AFCC)P/N 825050. b. AFCC on the M Model Black Hawk P/N 1200100-1-ALL. c. Stabilizer Amplifier P/N 70902-02001-001. d. SAS Amplifier P/N 70901-02908-104. e. Stabilator Control Panel P/N 70902-01070-048. 2. Test set capabilities will include: a. Diagnosis of a unit under test failure to the circuit board level. b. Built in self-test with self-diagnostics to the circuit board level. c. Automated calibration with operator interaction directed via the test set. 3.The test set design will allow for potential test capability expansion to other Black Hawk flight components that may be identified in the future. 4. Provide an accessory kit for each test set that includes test unit adapters and cables for each unit under test, a self-test calibration module,a flat screen monitor with keyboard and mouse, and connector pliers.5.Provide (6) Master Computer Software Configuration Item (CSCI) CD/DVD ROM disks to be used as a Gold Standard to validate the software files resident of the test sets hard drive (one disk for each pair of test sets). In addition, provide a USB CD/DVD ROM reader and a file comparison utilit y program for each test set to be used to verify that the correct software is being used in the test set prior to testing. 6. Provide transport containers equipped with wheels for each test set and the accessories. The containers will provide shock and vibration protection for the contents. 7. Provide an Operation and Maintenance Manual with calibration procedures for each tes t set. 8. Provide (2) separate, three-day Training Sessions in the operation, maintenance and calibration of the test sets. Each training session will consist of hands-on demonstrations using the test set manual and flight hardware. Sessions to be conduc ted for up to (4) students at a customer-designated facility. Actual dates for training will be mutually coordinated and agreed upon between contractor and CECOM. 9. Provide a one year warranty on the test sets. 10. CECOM will: 1. Make available (3) months prior to delivery two (2) of each type of flight hardware needed to check out and test the Black Hawk Flight Control System Components Test Sets. Availability of flight hardware will be coordinated between cont ractor and CECOM. 2. Provide the facility for conducting training as well as flight-worthy flight hardware to be used during the training. Any sources capable of manufacturing these units must so indicate, by writing to Commander, USACECOM, ATTN: AMSEL-LC- CCS-A-AN, Building 1200E, Ft. Monmouth, NJ 07703-5043. The responses must demonstrate knowledge of the system including physical and functional interchangeability at the LRU level with the items that the current source supplies for these units. Successful supplier may be required to warrant that the item will satisfactorily perform when used for the purpose intended by the Army. For more information contact Ivan McGowan, (732)532-4974. The deadline for response is May 05, 2005. EMAIL ADDRESS: ivan.mcowan@ us.army.mil
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00793582-W 20050423/050421212100 (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.