Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

53 -- Inertial Measurement Unit (IMU)

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893605T0164
 
Response Due
5/23/2005
 
Archive Date
7/23/2005
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA intends to procure Inertial Measurement Units (IMU's) on a competitive Indefinite Delivery Indefinite Quantity, Firm Fixed Price basis. The anticipated minimum quantity is 10 with a maximum quantity of 150. It is anticipated that the ordering period will be for three years from date of award. Delivery of all units is FOB destination to the Naval Air Warfare Center Weapons Division China Lake, CA. The procurement is in support of a test demonstration for the Low Cost Guided Imaging Rocket (LOGIR) system. Specifications: The IMUs to be purchased shall fit in 2.55 inch diameter by 1.5 inch long cylinder. The IMU will be mounted in a 2.75 inch diameter (outer) rocket with a wall thickness of .075 inch. The IMU's shall measure 3 axes of inertial angular rates and acceleration (specific force) in a body mounted strap down configuration. The IMU shall provide compensated summed or incremental ang! le and velocity data to be used for navigation as well as angular rates and acceleration useful for flight control purposes. The compensation shall be performed over the operational temperature range and for operational acceleration limits. The IMU should be fully functional in less than 1 second after power up. The weight of the IMU shall be less than 0.5 pounds. One end of the cylinder shape shall contain an attachment or mounting structure suitable for the maximum input accelerations and the other end should have the electrical connector. The mounting structure shall be capable of mounting the IMU to a bulkhead plate. The attachment structure or connector shall not extrude outside the 2.55 inch diameter by 1.5 inch long cylinder form factor. The input axes for the angular rates and accelerations form a right handed frame aligned with the IMU mounting frame. The angular rate input axes shall follow a right hand rule. The X unit vector of the right handed frame sha! ll be normal to the IMU attachment plane. The positive X direction is opposite from the connector end, so looking forward from the connector end down the length of the cylinder shape is a +X direction. The Y and Z axes lay in the IMU attachment plane following a right handed rule. A detailed drawing of the mechanical interface, coordinate system definition, including electrical connector shall be provided. The IMU shall operate and meet operational requirements in ambient surrounding air temperature that can vary from -25 to 85 degree C. The cooling shall be by convection and conduction to the mounting surface. The IMU shall have low frequency (less 100 Hz) linear acceleration inputs up to 30 g's and angular rates of up to 1200 deg/sec. It is highly desired that the longitudinal axis (X) be capable of sensing >70 g's. Nominal specific force and angular rate values for a nominal flight are provided in Appendix A. Calibration to meet the minimum requirements shall be ! performed by the vendor. Documentation containing calibration procedures and calibration residuals shall be provided. The IMU shall average less than 5 watts of power with no greater than three separate power supplies required. The IMU shall function properly irrespectively of the sequencing of the power supplies on power up. Absence of one or more power supplies shall not cause permanent damage to the IMU. The IMU shall sense inertial angular rates without saturating up to 1200 deg/sec. It shall also meet operational requirements from sea level to 50,000 ft and humidity levels up to 95 percent. The IMU shall handle a 90 g peak half sine pulse, both operationally and non-operationally without failure. It is anticipated that the delivery schedule for the initial order will be 1 unit no later than (NLT) than 4 months after day of award (ADA) with the next four units delivered NLT 6 months ADA, and the remaining 5 units NLT than 12 months ADA. It is anticipated that the solicitation will be issued on or about 30 May 2005 and will be available at: http://www.neco.navy.mil/ or http://www.fedbizopps.gov/. Award date is anticipated to be on or before 19 August 2005. The anticipated due date for proposals is15 June 2005; however, the actual proposal due date will be stated in the solicitation when issued. All responsible sources may submit quotations, which shall be considered by the agency. The POC for this requirement is Paul Barnhurst, Contract Specialist, phone (760) 939-9656, fax (760) 939-3095 e-mail paul.barnhurst@navy.mil, or mail, Attn: Paul Barnhurst, 429 E. Bowen Rd. - Mail Stop 4015, China Lake, CA 93555-6108. Place of Performance = N/A Set Aside = N/A
 
Record
SN00801817-W 20050507/050505212217 (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.