Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SPECIAL NOTICE

60 -- INTERFACES

Notice Date
3/7/2006
 
Notice Type
Special Notice
 
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
FA9302-06-P-M-019
 
Response Due
3/8/2006
 
Archive Date
3/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force Flight Test Center, Directorate of Contracting, Edwards Air Force Base California, intends to award a sole source commercial purchase order to MicroBee System, Inc. Description: STATEMENT OF WORK Edwards Air Force Base Time Space Position Information (TSPI) Sensors for the Joint Strike Fighter (JSF) Program 1.0 SCOPE This Statement of Work (SOW) describes the tasks required of the contractor to support 412 TW/ENR with the production of base plates and frames and the mounting and calibration of the Inertial Measurement Units (IMU?s) on said base plates. 1.1 Background 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, Microbee Part Number IMU-1700-104, and 2 empty frames, Microbee 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, Microbee 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, Microbee 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. The product descriptions provided above are meant to show the Government?s minimum requirements. Offerors can quote with equal items, but must submit convincing evidence of capability and compatibility of replacements. Offerors quoting equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the equal item. Required delivery is no later than 2 weeks upon receipt of order. Please include ?Delivery time? after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination to Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by 0800 AM PST on 8 MARCH 2006. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Andrea Haley, by email at, andrea.haley@edwards.af.mil
 
Record
SN01001373-W 20060309/060307212036 (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.