Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2006 FBO #1535
SOURCES SOUGHT

60 -- Inertial Measurement Units

Notice Date
2/6/2006
 
Notice Type
Sources Sought
 
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
F1S0AZ6013B002
 
Response Due
2/20/2006
 
Archive Date
3/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Technical POC Teri Seiler: 661-275-7207 This is a sources sought notice for market research purposes only. The Air Force Flight Test Center (AFFTC) Edwards AFB, CA . The 412th Range Squadron at Edwards Air Force Base (EAFB) is developing a Time Space Position Information (TSPI) sensor set for use in aircraft undergoing flight testing at EAFB and other Department of Defense test ranges. As part of this, EAFB requires the integration and production of PC-104 base modules with a mounted Honeywell HG-1700 IMU?s and a custom digital interface. This task request is for the required engineering effort to produce the necessary components of 7 combination base/frame units in the same manner of the three previous prototypes and 2 frames. 2.0 REQUIREMENTS The products from this task are to be integrated with existing equipment which will be provided as Government Furnished Equipment (GFE) for the duration of this task. The following notional figure shows the base plate, IMU fixture, and interface units as the bottom of a typical PC-104 stack. 2.1 Requirements Overview The Contractor shall produce 7 IMU fixtures that include a specific PC-104 base plate and stackable frame and a PC-104 compliant Interface Unit (IU) mounted in a separate stackable PC-104 frame, Contractor Part Number IMU-1700-104, and 2 empty frames, Contractor Part Number IMU-1700-BASE. The Government Furnished Equipment (GFE) items are 7 Honeywell HG1700-AG58 Inertial Measurement Units (IMU). 2.2 Inertial Measurement Unit (IMU) Fixture Requirements The Contractor shall mount an HG1700-AG58 unit on this base unit within a PC-104 frame of minimum height. The Contractor shall mount the IMU to the base plate with the IMU axes aligned with the base plate axes. If alignment cannot be performed to within 0.01 degrees, the alignment error must be measured and reported for each unit. 2.3 Interface Unit (IU) Requirements The IU shall be designed to perform without failure under a normal industrial temperate range. The IU shall include conformal coating, shall accept a TTL-level-1 Hz timing signal which it shall use for timing purposes and also feed to a selectable IRQ on the PC-104 bus. The IU shall include an interface to the HG1700-AG58 IMU for the purposes of providing unit power and collecting measurements, shall include a general-use RS-422 asynchronous serial port that is accessible through the PC-104 bus and able to share an interrupt line with other ports, shall accept Type 1 and Type 2 messages from the IMU, shall time-tag the measurements with fractions of second to an accuracy of 1 microsecond and shall include a bus-level interface to provide measurement and timing information to a GFE computer in the PC-104 stack. This can be either I/O mapped or memory mapped and shall be selectable. The IU shall provide a bus interrupt when a complete IMU data message is available and the interrupt shall be selectable by jumpers. The Contractor shall provide the cable between the IU and the IMU. 2.4 Deliverables The Contractor shall deliver 7 fully functional units, Contractor part number IMU-1700-104, including the base plate with the IMU mounted, the IMU frame, the IU and frame, and IU-to-IMU cable. For each unit, the Contractor shall provide the axis misalignment values or a statement that the axes are aligned to within 0.01 degrees. In addition, the Contractor shall deliver 2 empty frames, Contractor part number IMU-1700-BASE. 2.5 Task Constraints The 7 required units shall be delivered by April 1, 2006. The Contractor shall purchase all hardware and software items necessary for the execution of this task with the exception of the test equipment provided as GFE. All GFE equipment shall be returned to the Government upon completion of the task. Interested organizations must have an already demonstrated product and may submit their capabilities and qualifications to perform the effort in writing. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Firms responding to this synopsis must identify their company?s capabilities to perform the requirements described herein, reference the synopsis number, and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The North American Industry Classification System Code (NAICS) is 334290 and the size standard is 750.. FOB Destination. Interested organizations must have an already demonstrated product and may submit their capabilities and qualifications to perform the effort in writing. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Responses are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by 6:00am am PST 20 Feb 06, . Any questions concerning this sources sought should be submitted to the Contract Negotiator, Andrea Haley, by email at, andrea.haley@edwards.af.mil or by fax at (661) 275-7849 Faxed/email transmissions are preferred. Phone calls will not be accepted. The submission of this information is for planning purposes only and is not construed as a commitment by the Government to procure any items/services, nor for the Government to pay for the information received. No solicitation document exists. The IMU must be compatible in form, fit and function. FOB Destination.
 
Record
SN00981193-W 20060208/060206213408 (fbodaily.com)
 
Source
FedBizOpps 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.