Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
SOLICITATION NOTICE

16 -- 16 - Structual Health Monitoring System

Notice Date
2/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133M-06-RP-0063PY
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC) has a requirement to acquire one (1) Structural Health Monitoring Systems with the option to purchase a 2nd one for the WP-3D aircraft. Data gathered from the system will be temporarily monitored and interpreted by the contractor with the agreement of the contractor to train AOC personnel to monitor and interpret data and transfer the function to the AOC within a reasonable time period. Installation of the health monitoring system on a second aircraft will be based on the performance of the first installed system. Some of the requirements include, but are not limited to the following: 1) The system must be capable of monitoring the entire aircraft wing, focusing on the key elements of the P-3 structure as designated by the Navy Service Life Assessment Program (SLAP) program as specific areas of concern; 2) The associated sensors, wiring harnesses and attachment fittings must be capable of being installed on the WP-3D while the aircraft is in depot maintenance, and must be accomplished by a small team within a reasonable period on a not to interfere basis, so that the depot maintenance duration is not prolonged; 3) The system must monitor the aircraft structure continuously through the flight regime, as well as during ground operations such as taxi, takeoff, and landing rollout, and be capable of identifying damage to the structure at the precise moment it occurs; 4) The data collection device in the aircraft must be capable of storing up to 50 flight hours and be readily downloadable for analysis; 5) NOAA maintenance personnel will download the aircraft data and forward to the appropriate organization for analysis. The analysis of the in-flight structural data must be provided as an included service, and completed within one week of submission of data. The analysis service must also have the capability to perform a 24 hour turnaround of data if NOAA identifies a specific flight as likely to have caused damage to the aircraft; 6) The analysis will initially be accomplished by the vendor but ultimately will be performed by NOAA personnel. The vendor will develop appropriate user software so that the analysis can be accomplished locally; 7) Any damage that the system detects must be defined within a 4 inch radius. The specific location of the structural anomaly should be displayed electronically to the maintenance technician in a CAD drawing of the P-3 wing and empennage structure. The CAD system must be capable of zooming in or out, panning or rotating the damaged structural part, and identifying it by physical location (i.e., wing station) as well as by part number and nomenclature; 8) The CAD system will not only be used for identifying and locating damage, but will also be used for the training of structural maintenance personnel. The CAD system must also have the capability of graphically recording repair information so that the digital image can be maintained as a permanent record of repair and structural modification for each aircraft; 9) Although not a Flight Data Recorder with specific crash survivability requirements, the system must be capable of recording up to 24 user-defined inputs for the duration of each flight. These inputs (i.e., airspeed, altitude, GPS position, angle of bank, control position, etc) must be capable of correlation at the specific time that damage occurs to the structure; eg. The location of the aircraft, what the conditions of flight were, and what precisely the aircraft was doing when the damage occurred. The goal of this capability is to be able to review flight procedures and to modify severe weather operating doctrine to minimize damage to the structure and; 10) An optional mission replay capability shall be available in which the aircraft can be displayed with elective overlays that will include a geo data base with terrain features. The system(s) are to be delivered to the Aircraft Operations Center, 7917 Hangar Loop Drive, MacDill AFB, Florida. Request for Proposal (RFP) No. WC133M-06-RP-0063PY will be issued on or about February 24, 2006. The NAICS code for this acquisition is 336413. Interested parties are to request a copy in writing from Edward.H.Mackey@noaa.gov. The Central Region Acquisition Division (CRAD), requires that all contractors doing business with this Acquisition Office must be registered with the Central Contractor Registry (CCR). NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all bidders must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. In addition, completion of the online representation and certifications application (ORCA) is required.
 
Record
SN00981737-W 20060209/060207211813 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.