Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOURCES SOUGHT

A -- SEE AND AVOID SENSOR

Notice Date
6/7/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
RFI4-2006-SAAS-AJN
 
Response Due
6/21/2006
 
Archive Date
6/7/2007
 
Description
NASA/DFRC is hereby soliciting information about potential sources for non-cooperative sensors with see and avoid sensor capability, reliability, physical characteristics, interface requirements, maturity and cost. The sensor should be able to detect the smallest general aviation aircraft at no less than three (3) nautical miles with position errors of no more than fifteen percent. The performance should be validated by no less than twenty hours of flight data. The sensor should use only FCC and FAA approved frequencies and all emissions should be physiologically/eye-safe. The sensor installation should require no more than five cubic feet of volume and 2 kilowatts of electrical power. Installed weight should be less than 70 pounds. Information provided should include the following: Capability: includes detection method, Field of Regard, detection range for general aviation aircraft, detection rate, data rate, air traffic position data, range characteristics, number of detectable intruders, maximum intruder dimension (milliradians), and other intruder data provided (such as estimated uncertainties, heading and velocities) Reliability: including mean time between failure information and health reporting capabilities Maturity: including lab, flight and environmental testing completed Interface Requirements: including input data requirements (parameters, rates and wiring/protocol), output data wiring/protocol, interface control document, communication interface options, vehicle moldline protrusions and viewports. Physical: including dimensions, weight, power requirements, and cooling requirements. Cost: projected low-rate production cost No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of five (5) pages or less indicating the ability to perform all aspects of the effort described herein. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Amis Nolan no later than June 21, 2006. Please reference RFI4-2006-SAAS-AJN in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24#120429)
 
Record
SN01064521-W 20060609/060607222121 (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.